Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 13/04/2023

External Reference: 2023-274938

TED Reference: 2023/S 076-229800

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Dublin Port Company
N/A
Port Centre
Dublin 1
Alexandra Road
IE
Contact person: Paula Coonan
Telephone: +353 18876848
Fax: +353 18551241
NUTS code:  IE061 -  Dublin
Internet address(es):
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Corrosion Protection Works for Dublin Port Company
II.1.2)

Main CPV code

45442120  -  Painting and protective-coating work of structures
II.1.3)

Type of contract

Works
II.1.4)

Short description

DPC are awarding a contract for works comprising the application of a number of protective coating systems to the various steel elements of the “Oil Zone” located in the Dublin Port Company estate. Specific tasks include cleaning, surface preparation and the application of a number of protective coating systems identified in an appropriate Protective Coating Specification.
Note, DPC reserve the right to use this framework for similar works elsewhere in the DPC estate.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45442000  -  Application work of protective coatings
45442121  -  Painting work of structures
45442200  -  Application work of anti-corrosive coatings
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

DPC are awarding a contract for works comprising the application of a number of protective coating systems to the various steel elements of the “Oil Zone” located in the Dublin Port Company estate. Specific tasks include cleaning, surface preparation and the application of a number of protective coating systems identified in an appropriate Protective Coating Specification.
Note, DPC reserve the right to use this framework for similar works elsewhere in the DPC estate.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Proposed works team  /  Weighting:  20
Quality criterion  -  Name:  Proposed methodology for planning and management of the works and reactive services  /  Weighting:  20
Quality criterion  -  Name:  Proposed methodology for undertaking the sample project  /  Weighting:  20
Quality criterion  -  Name:  Proposed Health and Safety – sample project  /  Weighting:  5
Quality criterion  -  Name:  Proposed Environmental Management – sample project  /  Weighting:  5
Cost criterion  -  Name:  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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 208094

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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 067-178428

Section V: Award of contract

Contract No: 1

Title: Corrosion Protection Works for Dublin Port Company

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

Award of contract

V.2.1)

Date of conclusion of the contract

12/09/2022
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  2
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Knights Ventures Limited t/a Knights Industrial Services
Davitt Road
Dublin
D12 YXK8
IE
Telephone: +353 872719330
NUTS code:  IE -  IRELAND

The contractor is an SME : yes

Section VI: Complementary information

VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:208094) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting authority reserves the right to invite at least 5 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
7
IE
Telephone: +353 18860000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with the Remedies Directive and SI 131