Contract award notice

Information

Published

Date of dispatch of this notice: 15/06/2022

External Reference: 2022-253105

TED Reference: 2022/S 117-331274

Contract award notice

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
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Laura Walsh
Telephone: +353 2222222
NUTS code:  IE061 -  Dublin
Internet address(es):
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

Strategic Noise Mapping and Noise Action Plans for the Agglomerations of Dublin, Cork and Limerick for Round 4 of the Environmental Noise Regulations 2018
Reference number:  20220217
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Strategic Noise Mapping and Noise Action Plans for the Agglomerations of Dublin, Cork and Limerick for Round 4 of the Environmental Noise Regulations 2018.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  1000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71313000  -  Environmental engineering consultancy services
71320000  -  Engineering design services
71330000  -  Miscellaneous engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71350000  -  Engineering-related scientific and technical services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE06 -  Eastern and Midland
NUTS code:  IE0 -  IRELAND
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of this contract is to build a noise model by using, processing and supplementing available data sets for the agglomerations of Dublin, Cork and Limerick. Then run the model in a suitable noise modelling software program that is in compliance with CNOSSOS-EU methodology for noise assessment for the purpose of producing noise maps for each agglomeration and completing a noise exposure assessment in accordance with the revised common assessment methods. Following completion of this work Noise Action Plans would be prepared for each Action Planning Authority. In addition to these core noise assessment requirements, the scope will also cover public consultation and strategic environmental and appropriate assessment services relating to the Noise Action Plans.
Provision of specialist environmental engineering and consultancy services to perform noise modelling works on behalf of the Agglomeration Local Authorities in order to produce noise maps and noise action plans. This work will be carried out in accordance with round 4 CNOSSOS- EU methodology as required by EU legislation. The scope of services covered by the contract includes the following;
Phase 1 (approx.. 9 months – End Q2, 2022 to End Q1, 2023)
• Data Review, Collect and Process for Model
• Noise Modelling and Mapping
• Population Exposure Assessment
Phase 2 (21 months – Q2, 2023 – Q4, 2024)
• Noise Action Plan Preparation
• Screening for Strategic Environmental Assessment (SEA) (and SEA if required)
• Screening for Appropriate Assessment (AA) (and Natura Impact Statement if required)
• Public and Stakeholder Consultation
General across Both Phase 1 and 2: Deliverables and Documentation, and Project Management.
Detail specification in respect of each of the above is set out in section 3.1 of this RFT.The duration of the contract is expected to be approx. 30 months from award of contract and shall meet the timelines set out in section 3.2 of the RFT.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Resources  /  Weighting:  2500
Quality criterion  -  Name:  Understanding Project Requirements  /  Weighting:  2500
Quality criterion  -  Name:  Detailed Project Methodology  /  Weighting:  2000
Cost criterion  -  Name:  Cost  /  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: 2022/S 038-098532

Section V: Award of contract

Contract No: 1

Title: Strategic Noise Mapping and Noise Action Plans for the Agglomerations of Dublin, Cork and Limerick for Round 4 of the Environmental Noise Regulations 2018

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

Award of contract

V.2.1)

Date of conclusion of the contract

26/05/2022
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Noise Consultants Limited
276530588
23 Coldharbour Road
Bristol
BS6 7JT
UK
Telephone: +44 7764934667
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  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 framework agreement is primarily for use by the Technical Support Division, Environment and Transportation 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. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 208184. Queries must be in question format. 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 15th March at 5.30pm 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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Please contact your solicitor
x
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please contact your solicitor
x
IE