Contract award notice

Information

Published

Date of dispatch of this notice: 20/12/2017

External Reference: 2017-170316

TED Reference: 2017/S 246-515502

Contract award notice

Cached Version

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
Culture, Recreation & Economic Services
Civic Offices, Wood Quay, Dublin 8
IE
Contact person: Gary Sullivan
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

Fingal County Council
County Hall , Main Street, Swords, Co. Dublin
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.fingalcoco.ie

South Dublin County Council
County Hall, Tallaght, Dublin 24
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.sdublincoco.ie

I.2)

Joint procurement

The contract involves joint procurement
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

Invitation to tender for the Provision of a Dog Pound and Dog Warden Service
Reference number:  114099
II.1.2)

Main CPV code

98380000  -  Dog kennel services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council, Fingal County Council and South Dublin County Council jointly invite tenders from competent and experienced firms to provide:
i. a Dog Warden Service to Dublin City Council and Fingal County Council
and
ii. a Secure Dog Pound Service to Dublin City Council, Fingal County Council and South Dublin County Council.
Contract is for an initial period of one year, with the option, at the sole discretion of the Councils, to extend for a further three periods of one year each (max 4 years total).
This tender is not split into lots and both services must be provided for as described above.
The local authorities do not bind themselves to accept the lowest or any tender.
The successful tenderer will be required to carry out all functions of the contracting Local Authorities in accordance with relevant Control of Dogs Legislation as set out in the documents available on www.etenderers.gov.ie, RFT ID 114099.
Please see the tender documents for full details.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  1108793.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

75240000  -  Public security, law and order services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council, Fingal County Council and South Dublin County Council jointly invite tenders from competent and experienced firms to provide:
i. a Dog Warden Service to Dublin City Council and Fingal County Council
and
ii. a Secure Dog Pound Service to Dublin City Council, Fingal County Council and South Dublin County Council.
Contract is for an initial period of one year, with the option, at the sole discretion of the Councils, to extend for a further three periods of one year each (max 4 years total).
This tender is not split into lots and both services must be provided for as described above.
The local authorities do not bind themselves to accept the lowest or any tender.
The successful tenderer will be required to carry out all functions of the contracting Local Authorities in accordance with relevant Control of Dogs Legislation as set out in the documents available on www.etenderers.gov.ie, RFT ID 114099.
Please see the tender documents for full details.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Method Statement  /  Weighting:  900
Quality criterion  -  Name:  Fitness for purpose of proposed facility  /  Weighting:  1900
Quality criterion  -  Name:  Re-homing & Disposal arrangements  /  Weighting:  200
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  7000
II.2.11)

Information about options

Options: yes
Description of options:
Initial period of one year, with the option, at the sole discretion of the Councils, to extend for a further three periods of one year each (max 4 years total).
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: 2017/S 061-114109

Section V: Award of contract

Contract No: 1

Title: INVITATION TO TENDER FOR THE PROVISION OF A DOG POUND AND DOG WARDEN SERVICE

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

Award of contract

V.2.1)

Date of conclusion of the contract

7/1/2017
V.2.2)

Information about tenders

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

Name and address of the contractor

Ashton Dog Pound and Warden Service
Ashtown
IE
NUTS code:  IE061 -  Dublin

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1108793.00  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. The contract is for use by Dublin City Council, Fingal County Council and South Dublin County Council.
7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be emailed to gary.sullivan@dublincity.ie. Queries must be in question format and must be submitted by email. 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 12 noon on 25th April 2017 to enable issue of responses to all interested parties.
12. 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

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please contact your solicitor