II.1)
Scope of the procurement
98363000
-
Diving services
Services
II.1.4)
Short description
The Contracting Entity engaged in a competitive process for the establishment of single-party framework agreement(s) to provide Diving Services. The requirements was for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.
It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).
II.1.6)
Information about lots
This contract is divided into lots:
no
II.1.7)
Total value of the procurement
( Agree to publish? yes )
Value excluding VAT:
3500000.00
EUR
II.2.2)
Additional CPV code(s)
98363000
-
Diving services
II.2.3)
Place of performance
NUTS code:
IE061 -
Dublin
Main site or place of performance:
Dublin
II.2.4)
Description of the procurement
Typical diving operations carried out within the port include but may not be limited to:
a) Clearing of intakes to emergency fire pumps at oil berths and berth 51.
b) Underwater inspections of Port craft, tugs, pilot boats, workboats; clearing of fouled propellers, intakes, etc.
c) Underwater inspections of all Berths including Bull Bridge and Bulloch Harbour; inspection for fouling, scrap, obstructions, etc.
d) Removal of debris/obstructions from river, berth areas, etc.
e) Inspection of underwater steelwork on Ro-Ro ramps, quay walls, etc.
f) Monitoring corrosion, inspection of anodes, supply and fit of sacrificial anodes etc.
g) Inspections after completion of any underwater works.
h) Rock breaking
i) Cutting and welding
j) Recovering of fenders/airlifting fenders
k) Undermining surveys
l) Repairs to undermining of quay walls
m) Repairs to fenders if required
II.2.5)
Award criteria
( Agree to publish? yes )
Criteria below
Quality criterion
-
Name:
Service Delivery (including proposed Team)
/
Weighting:
40%
Quality criterion
-
Name:
Safety Health and Welfare Management
/
Weighting:
15%
Quality criterion
-
Name:
Environmental Management
/
Weighting:
10%
Quality criterion
-
Name:
Contract Management and Service Level Agreement
/
Weighting:
5%
Cost criterion
-
Name:
Ultimate Cost
/
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