Contract award notice

Information

Published

Date of dispatch of this notice: 09/11/2020

External Reference: 2020-266001

TED Reference: 2020/S 222-545502

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798362
Fax: +353 01-8798333
Internet address(es):
I.4)

Type of the contracting authority

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Legal Services
Reference number:  APR168184-2020
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Transport Authority requires legal advisory services in the areas of public procurement, commercial/ contract administration, environmental, planning and other statutory and regulatory areas, litigation and judicial review, general advisory, European law and competition Law and data protection and intellectual property law.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  4153325.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The National Transport Authority requires legal advisory services in the areas of public procurement, commercial/ contract administration, environmental, planning and other statutory and regulatory areas, litigation and judicial review, general advisory, European law and competition Law and data protection and intellectual property law.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 1: Public Procurement Advisory Services  /  Weighting:  10
Quality criterion  -  Name:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 2: Commercial/Contract Administration Advisory Services  /  Weighting:  10
Quality criterion  -  Name:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 3: Environmental, Planning and Other Advisory Services  /  Weighting:  5
Quality criterion  -  Name:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 5: General Advisory Services  /  Weighting:  10
Quality criterion  -  Name:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 6: European Law and Competition Law Services  /  Weighting:  10
Quality criterion  -  Name:  Overall experience, expertise & qualifications of the proposed team under Advisory Area 4: Litigation and Judicial Review Services  /  Weighting:  5
Quality criterion  -  Name:  Overall experience, expertise & qualifications of the proposed team under Advisory Area 7: Data Protection and Intellectual Property Law Services  /  Weighting:  5
Quality criterion  -  Name:  Quality of the approach to governance and contract management and experience, expertise and qualifications of the dedicated point of contact  /  Weighting:  10
Cost criterion  -  Name:  Volume Discount  /  Weighting:  5
Cost criterion  -  Name:  Price  /  Weighting:  30
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
II.2.14)

Additional information

The expected term of the contract will be for an initial period of five (5) years. The Contract may be renewed annually, at the option of the NTA, up to a maximum of two (2) years after the end of the fifth year. The value stated relates to the initial contract period of five (5) years.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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: 2020/S 072-171843
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Provision of Legal Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

12/10/2020
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  1
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

McCann FitzGerald
Riverside One Sir John Rogerson's Quay Dublin 2
Dublin
D02 X576
IE

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  4153325.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).