Contract award notice

Information

Published

Date of dispatch of this notice: 02/12/2019

External Reference: 2019-283724

TED Reference: 2019/S 235-576746

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Environmental Protection Agency
N/A
Headquarters
Johnstown Castle Estate
PO Box 3000
IE
Contact person: Paddy Morris
Telephone: +353 539160600
Internet address(es):
Main address: http://www.epa.ie

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Environment

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Integrated Catchment Science and Management Support and Services Framework
Reference number:  EPACatchmentScienceFramework
II.1.2)

Main CPV code

90700000  -  Environmental services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The EPA Catchments Unit is establishing a multi-operator framework agreement for the procurement of provision of support and services for integrated catchment science and management to support the implementation of the Water Framework Directive. This will be a four-year multi-party framework tender covering 2019-2023 and the EPA envisage that a minimum of two operators will be assigned.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  668986.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

90710000  -  Environmental management
90711000  -  Environmental impact assessment other than for construction
90711200  -  Environmental standards other than for construction
90711300  -  Environmental indicators analysis other than for construction
90712000  -  Environmental planning
90713000  -  Environmental issues consultancy services
90720000  -  Environmental protection
90733000  -  Services related to water pollution
II.2.3)

Place of performance

Main site or place of performance:  
Richview, Clonskeagh, D14.
II.2.4)

Description of the procurement

The EPA Catchments Unit is establishing a multi-operator framework agreement for the procurement of provision of support and services for integrated catchment science and management to support the implementation of the Water Framework Directive. This will be a four-year multi-party framework tender covering 2019-2023 and the EPA envisage that a minimum of two operators will be assigned.
The framework will cover support and services related to, but not limited to, the following between 2019 and 2023:
• Supporting technical implementation of the 2nd Cycle River Basin Management Plan
• 3rd Cycle Initial Characterisation, i.e. the assessment of the impacts of human activities on waters of all types, including high status waters, groundwaters, rivers, lakes, estuaries & coastal waters
• Assessment of Protected Areas including assessments of whether their protected area objectives have been met
• Update and review of the significant pressure types as outlined in the 2nd Cycle River Basin Management Plan, including management and assessment of GIS & other datasets
• Hydromorphology assessments including the review of hydromorphological quality standards and key hydromorphological indicators, the implementation of the national hydromorphological condition assessment tool, & the identification of hydromorphological pressures & measures
• Assessment of urban and rural diffuse & point source pollution & impacts on water quality
• Analysis of the linkages between water & land-use planning
• Assessment of the role of natural water retention measures in implementing the WFD, including linkages with the Floods Directive
• Investigation of factors contributing to the significant number of declines & improvements in water body status
• Determination of draft environmental objectives & exemptions
• Assessment of appropriation mitigation measures & actions
• Assessment of multiple benefits/disbenefits of measures for water quality, climate, air quality & biodiversity
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  B. Quality of technical and human resources offered  /  Weighting:  50
Quality criterion  -  Name:  C. Methodology & work programme to meet delivery requirements  /  Weighting:  10
Quality criterion  -  Name:  D. Management and Reliability & Continuity of Supply  /  Weighting:  15
Cost criterion  -  Name:  e Cost or Total Cost of Ownership or Fee Proposal  /  Weighting:  25
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: 2019/S 169-413191

Section V: Award of contract

Contract No: 1

Title: Integrated Catchment Science and Management Support and Services Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

25/11/2019
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

RPS Group Limited
91911
West Pier Business Campus
Dun Loaghaire
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:  668986.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
As applicable
IE