Contract award notice

Information

Published

Date of dispatch of this notice: 23/01/2023

External Reference: 2023-267003

TED Reference: 2023/S 020-053240

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
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.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

Single-Operator Framework Agreement for Provision of Support Services to assist in the roll out of Dublin City Council’s Community Wealth Building Implementation Plan
Reference number:  217682
II.1.2)

Main CPV code

79400000  -  Business and management consultancy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council wishes to introduce the Community Wealth Building (CWB) concept across all services and operations. Dublin City Council CWB working group, through the participation of interactive workshops developed an Implementation Plan to help envisage the roll out of CWB across all services. Dublin City Council now seek to procure a support service provider to roll out the Implementation Plan , which charts clear and specific actions to be taken to introduce CWB to Dublin City Council operations. The deliverable output will be the successful inclusion of actions identified in the Implementation Plan to Dublin City Council operations. The timeframe of the initial contract (delivery plan) is 18 months, consideration will then be given to forming an external network of anchor institutions to spread the use of CWB throughout Dublin.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  300000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

75112000  -  Administrative services for business operations
75112100  -  Administrative development project services
79411100  -  Business development consultancy services
79421100  -  Project-supervision services other than for construction work
85322000  -  Community action programme
II.2.3)

Place of performance

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

Description of the procurement

Dublin City Council wishes to introduce the Community Wealth Building (CWB) concept across all services and operations. Community Wealth Building initiatives were adopted by Dublin City Council at the October 2021 City Council meeting, following on from presentations made to the Finance Strategic Policy Committee at the September meeting. Subsequently a cross departmental CWB Working Group was established to examine and agree measures to incorporate CWB in service delivery and operations. The CWB working group through the participation of interactive workshops developed an Implementation Plan to help envisage the roll out of CWB across all services. The Implementation Plan was presented and adopted at the May 2022 Finance Strategic Policy Committee meeting. Dublin City Council now seek to procure a support service provider to roll out the Implementation Plan , which charts clear and specific actions to be taken to introduce CWB to Dublin City Council operations. The deliverable output will be the successful inclusion of actions identified in the Implementation Plan to Dublin City Council operations. The timeframe of the initial contract (delivery plan) is 18 months, consideration will then be given to forming an external network of anchor institutions to spread the use of CWB throughout Dublin.
Please see tender documents on www.etenders.gov.ie for further details.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach and Methodology  /  Weighting:  25
Quality criterion  -  Name:  Relevant Expertise of Resources  /  Weighting:  25
Quality criterion  -  Name:  Contract Management  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  40
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.1.3)

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 128-365071

Section V: Award of contract

Contract No: 1

Title: Single-Operator Framework Agreement for Provision of Support Services to assist in the roll out of Dublin City Council’s Community Wealth Building Implementation Plan

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

Award of contract

V.2.1)

Date of conclusion of the contract

13/10/2022
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

Centre for Local Economic Strategies
451 4033 86
52 Oak Street
Manchester
M4 5JA
UK
NUTS code:  UKD3 -  Greater Manchester
Internet address: http://www.cles.org.uk

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  300000.00  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 Act.
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. All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 217682. 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 5pm on Friday, 22nd July 2022 to enable issue of responses to all interested parties.
7. 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.
8. For further information please refer to 'Additional Information' document available to download on www.etenders.gov.ie RFT ID 217682.
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 consult your solicitor.
Dublin
IE