Contract award notice

Information

Published

Date of dispatch of this notice: 17/04/2019

External Reference: 2019-288644

TED Reference: 2019/S 078-187770

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Executive Manager, Dublin City Council, Block 2, Floor 6, Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Philip Dunne
Telephone: +353 2223173
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: https://dublincity.ie

I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Engineering Consultancy Services for "Culvert Improvement Works – Screen Upgrade Works" Project
II.1.2)

Main CPV code

71311000  -  Civil engineering consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Engineering Consultancy Services including role as Project Supervisor for Design Phase (Suitability/Options Report/Detailed Design/Procurement of Contractor/Contract Administration/ Supervision and Handover Stages) for “Culvert Improvement Works – Screen Upgrade Works” Project.
For further information please refer to tender documentation available to download from www.etenders.gov.ie RFT ID: 125434.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  127390.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
71300000  -  Engineering services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin City
II.2.4)

Description of the procurement

DCC wishes to procure a CS to carry out an assessment as to whether the existing culvert screens in Dublin City are functioning effectively, can be safely maintained by Council staff and are fit for purpose (ie preventing blockage of the culvert entrance, preventing unauthorised entrance to the culvert barrel, or both). The CS shall produce an options report giving an assessment of each of 23 locations and recommendations for installation of new screens and removal or replacement of existing screens that are not fit for purpose.
Following on from the recommendations given in the report, the CS will liaise with the CA to determine the most appropriate option for each location. The CS will subsequently carry out detailed design of new screens for locations where they are required.
The new screen designs shall adhere to current guidance and best practice. Hydraulic efficiency and resistance to blinding and blockage of the screens will be a priority of the new designs. Safe access and egress, including the installation of hard standing areas for maintenance vehicles and any steps, ladders or edge protection as is required, must also be provided to allow crews to safely gain access to screens.
Upon completion of the detailed design, the CS shall prepare contract documents and undertake the procurement of a works contractor to construct the new screens, taking account of any environmental aspects thereof and tender assessment.
Once a contractor has been appointed by the CA, the CS shall manage and supervise the contractor’s performance and carry out all contract administration in accordance with the contract.
The CS shall take on the duties of Project Supervisor Design Process (PSDP) for the Project.
For further information please refer to tender documentation available to download from www.etenders.gov.ie RFT ID: 125434
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Overall Quality Marks  /  Weighting:  7000
Cost criterion  -  Name:  Total Price  /  Weighting:  3000
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 204-420892

Section V: Award of contract

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

05/03/2019
V.2.2)

Information about tenders

Number of tenders received:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Tobin Consulting Engineers
Faifgreen House, Fairgreen Road, Co. Galway
Galway
IE
NUTS code:  IE061 -  Dublin

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  127390.00  EUR

Section VI: Complementary information

VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The contract agreement is primarily for use by the Surface Water and Flood Management Division, Environment and Transport Department but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8. All queries regarding this tender must be emailed to philip.dunne@dublincity.ie for the attention of Philip Dunne. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on 15th November 2017 to enable issue of responses to all interested parties.
9. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
10. For each criterion marked as Response: Declaration Required, applicants must initially provide the Appendices referenced under each criterion no later than the date set for return of the forms, and, where appropriate, confirm in the box provided that it is included with the completed Questionnaire. Failure to do so could invalidate the submission.
Applicants may also satisfy this requirement by submitting an ESPD completed in accordance with EU Regulation 2016/7. By completing Part IV (a) of the ESPD titled: Global Indication for all Selection Criteria, applicants will be taken to declare that they meet the standards set for all criteria where the response is Declaration Required. Supporting documentation should be provided promptly upon request from the Contracting Authority.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
The High Court, Four Courts, Inns Quay, Dublin 7
Dublin
IE
Telephone: +353 18886000
Internet address: http://courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor.