Contract award notice

Information

Published

Date of dispatch of this notice: 11/01/2019

External Reference: 2019-266215

TED Reference: 2019/S 010-019497

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Transport Infrastructure Ireland (TII)
9510201H
Parkgate Business Centre, Parkgate Street
Dublin, D08 DK10
Dublin
IE
Contact person: Chris Bradish
Telephone: +353 16463452
Internet address(es):
Main address: www.tii.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Roads, metro and Light Rail

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Legal Services Framework with Local Authorities and Transport Infrastructure Ireland acting as Client
Reference number:  TII114
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

TII is procuring legal services under a Framework that are associated with the design, construction, operation, maintenance, and all other aspects of roads projects nationwide. The users of the Framework are TII and Local Authorities. This competition contains six lots relating to specific LAs and specific services to be provided within those areas. The services required for each lot are general legal advisory services in relation to construction projects, including (but not limited to):
Lots 1–3
• General legal services in relation to the performance of statutory functions
• General legal services and representation
• Advice in relation to CPO, EIS, environmental issues, and procurement issues
• Commercial & contract law issues
• Health & safety issues
Lots 4–6
• Provision of all advice and representation in respect of procurement, contractual & dispute-related issues, with particular emphasis on conciliation, arbitration, adjudication, other forms of ADR, and litigation
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  8000000.00  EUR
II.2)

Description

II.2.1)

Title

Lot 1 (Phases 0-4)
Lot No:  1
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 1 - phases 0-4 inclusive for TII and local authorities in the following: Clare, Cork, Galway, Kerry, Limerick, Mayo, Roscommon and Sligo
II.2.5)

Award criteria

Criteria below
Price
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement will have a fixed duration of 2 years, the Framework duration may, at the discretion of TII, be extended for up to a further 2 years, at 12-monthly intervals, from the date when this Agreement would otherwise have expired, by notice in writing by TII to the Law Firm.
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

Tenderers will need to register on the etenders
government website to download the tender documents
II.2)

Description

II.2.1)

Title

Lot 2 (Phases 0-4)
Lot No:  2
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 2 - phases 0-4 inclusive for TII and local authorities in the following: Carlow, Dublin, Kildare, Kilkenny, Laois, Offaly, Tipperary, Waterford, Wexford and Wicklow.
II.2.5)

Award criteria

Criteria below
Price
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement will have a fixed duration of 2 years, the Framework duration may, at the discretion of TII, be extended for up to a further 2 years, at 12-monthly intervals, from the date when this Agreement would otherwise have expired, by notice in writing by TII to the Law Firm.
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

Tenderers will need to register on the etenders
government website to download the tender documents
II.2)

Description

II.2.1)

Title

Lot 3 (Phases 0-4)
Lot No:  3
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 3 - phases 0-4 inclusive for TII and local authorities in the following: Cavan, Donegal, Leitrim, Longford, Louth, Meath. Monaghan and Westmeath,
II.2.5)

Award criteria

Criteria below
Price
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement will have a fixed duration of 2 years, the Framework duration may, at the discretion of TII, be extended for up to a further 2 years, at 12-monthly intervals, from the date when this Agreement would otherwise have expired, by notice in writing by TII to the Law Firm.
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

Tenderers will need to register on the etenders
government website to download the tender documents
II.2)

Description

II.2.1)

Title

Lot 4 (Phases 5-7)
Lot No:  4
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 4 - phases 5-7 inclusive for TII and local authorities in the following: Clare, Cork, Galway, Kerry, Limerick, Mayo, Roscommon and Sligo
II.2.5)

Award criteria

Criteria below
Price
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement will have a fixed duration of 2 years, the Framework duration may, at the discretion of TII, be extended for up to a further 2 years, at 12-monthly intervals, from the date when this Agreement would otherwise have expired, by notice in writing by TII to the Law Firm.
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

Tenderers will need to register on the etenders
government website to download the tender documents
II.2)

Description

II.2.1)

Title

Lot 5 (Phases 5-7)
Lot No:  5
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 5 - phases 5-7 inclusive for TII and local authorities in the following: Carlow, Dublin, Kildare, Kilkenny, Laois, Offaly, Tipperary, Waterford, Wexford and Wicklow.
II.2.5)

Award criteria

Criteria below
Price
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement will have a fixed duration of 2 years, the Framework duration may, at the discretion of TII, be extended for up to a further 2 years, at 12-monthly intervals, from the date when this Agreement would otherwise have expired, by notice in writing by TII to the Law Firm.
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

Tenderers will need to register on the etenders
government website to download the tender documents
II.2)

Description

II.2.1)

Title

Lot 6 (Phases 5-7)
Lot No:  6
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 6 - phases 5-7 inclusive for TII and local authorities in the following: Cavan, Donegal, Leitrim, Longford, Louth, Meath. Monaghan and Westmeath,
II.2.5)

Award criteria

Criteria below
Price
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement will have a fixed duration of 2 years, the Framework duration may, at the discretion of TII, be extended for up to a further 2 years, at 12-monthly intervals, from the date when this Agreement would otherwise have expired, by notice in writing by TII to the Law Firm.
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

Tenderers will need to register on the etenders
government website to download the tender documents

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: 2018/S 142-324754

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1 (Phases 0-4)

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

Award of contract

V.2.1)

Date of conclusion of the contract

10/12/2018
V.2.2)

Information about tenders

Number of tenders received:  14
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Byrne Wallace
88 Harcourt Street, Dublin 2, D02 DK18
Dublin
IE

The contractor is an SME : yes
Mason Hayes & Curran
South Bank House, Barrow Street, Dublin 4, D04 TR29
Dublin
IE

The contractor is an SME : yes
Comyn Kelleher Tobin
2 George’s Quay, Cork, T12 TR2A
Cork
IE

The contractor is an SME : yes
Eversheds Sutherland
One Earlsfort Centre, Earlsfort Terrace, Dublin 2
Dublin
IE

The contractor is an SME : yes
Michael Houlihan & Partners
9-11 Bindon Street, Ennis, Co. Clare
Ennis
IE

The contractor is an SME : yes
McCann FitzGerald
Riverside One, 37 - 42 Sir John Rogerson's Quay, Dublin
Dublin
IE

The contractor is an SME : no
VP McMullin, Solicitors
Donegal Street, Ballybofey, Co. Donegal
Ballybofey
IE

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  8000000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Lot 2 (Phases 0-4)

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

Award of contract

V.2.1)

Date of conclusion of the contract

10/12/2018
V.2.2)

Information about tenders

Number of tenders received:  14
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Byrne Wallace
88 Harcourt Street, Dublin 2, D02 DK18
Dublin
IE

The contractor is an SME : no
Mason Hayes & Curran
South Bank House, Barrow Street, Dublin 4, D04 TR29
Dublin
IE

The contractor is an SME : no
Comyn Kelleher Tobin
2 George’s Quay, Cork, T12 TR2A
Cork
IE

The contractor is an SME : no
Eversheds Sutherland
One Earlsfort Centre, Earlsfort Terrace, Dublin 2
Dublin
IE

The contractor is an SME : no
Michael Houlihan & Partners
9-11 Bindon Street, Ennis, Co. Clare
Ennis
IE

The contractor is an SME : yes
McCann FitzGerald
Riverside One, 37 - 42 Sir John Rogerson's Quay, Dublin
Dublin
IE

The contractor is an SME : no
Regan McEntee
High Street, Trim, Co Meath.
Trim
IE

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  8000000.00  EUR

Section V: Award of contract

Contract No: 3

Title: Lot 3 (Phases 0-4)

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

Award of contract

V.2.1)

Date of conclusion of the contract

10/12/2018
V.2.2)

Information about tenders

Number of tenders received:  14
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Byrne Wallace
88 Harcourt Street, Dublin 2, D02 DK18
Dublin
IE

The contractor is an SME : yes
Mason Hayes & Curran
South Bank House, Barrow Street, Dublin 4, D04 TR29
Dublin
IE

The contractor is an SME : yes
Comyn Kelleher Tobin
2 George’s Quay, Cork, T12 TR2A
Cork
IE

The contractor is an SME : yes
Eversheds Sutherland
One Earlsfort Centre, Earlsfort Terrace, Dublin 2
Dublin
IE

The contractor is an SME : yes
Michael Houlihan & Partners
9-11 Bindon Street, Ennis, Co. Clare
Ennis
IE

The contractor is an SME : yes
VP McMullin, Solicitors
Donegal Street, Ballybofey, Co. Donegal
Ballybofey
IE

The contractor is an SME : yes
Regan McEntee & Partners
High Street, Trim, Co Meath.
Trim
IE

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  8000000.00  EUR

Section V: Award of contract

Contract No: 4

Lot No: 4

Title: Lot 4 (Phases 5-7)

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

Award of contract

V.2.1)

Date of conclusion of the contract

10/12/2018
V.2.2)

Information about tenders

Number of tenders received:  14
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Byrne Wallace
88 Harcourt Street, Dublin 2, D02 DK18
Dublin
IE

The contractor is an SME : no
Michael Houlihan & Partners
9-11 Bindon Street, Ennis, Co. Clare
Ennis
IE

The contractor is an SME : yes
Comyn Kelleher Tobin
2 George’s Quay, Cork, T12 TR2A
Cork
IE

The contractor is an SME : yes
Philip Lee
7/8 Wilton Terrace, Dublin 2, D02 KC57
Dublin
IE

The contractor is an SME : yes
Ronan Daly Jermyn
2 Park Place, City Gate, Mahon, Cork
Mahon
IE

The contractor is an SME : yes
Smyth & Son Solicitors
Rope Walk, Drogheda, Co Louth
Drogheda
IE

The contractor is an SME : yes
Quigg Golden
31 Waterloo Road, Ballsbridge, Dublin
Dublin
IE

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  8000000.00  EUR

Section V: Award of contract

Contract No: 5

Lot No: 5

Title: Lot 5 (Phases 5-7)

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

Award of contract

V.2.1)

Date of conclusion of the contract

10/12/2018
V.2.2)

Information about tenders

Number of tenders received:  14
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Byrne Wallace
88 Harcourt Street, Dublin 2, D02 DK18
Dublin
IE

The contractor is an SME : yes
Michael Houlihan & Partners
South Bank House9-11 Bindon Street, Ennis, Co. Clare, Barrow Street, Dublin 4, D04 TR29
Ennis
IE

The contractor is an SME : yes
Comyn Kelleher Tobin
2 George’s Quay, Cork, T12 TR2A
Cork
IE

The contractor is an SME : yes
Philip Lee
7/8 Wilton Terrace, Dublin 2, D02 KC57
Dublin
IE

The contractor is an SME : yes
Ronan Daly Jermyn
2 Park Place, City Gate, Mahon, Cork
Mahon
IE

The contractor is an SME : yes
Smyth & Son Solicitors
Rope Walk, Drogheda, Co Louth
Drogheda
IE

The contractor is an SME : yes
Quigg Golden
31 Waterloo Road, Ballsbridge, Dublin
Dublin
IE

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  8000000.00  EUR

Section V: Award of contract

Contract No: 6

Lot No: 6

Title: Lot 6 (Phases 5-7)

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

Award of contract

V.2.1)

Date of conclusion of the contract

10/12/2018
V.2.2)

Information about tenders

Number of tenders received:  14
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Byrne Wallace
88 Harcourt Street, Dublin 2, D02 DK18
Dublin
IE

The contractor is an SME : yes
Michael Houlihan & Partners
9-11 Bindon Street, Ennis, Co. Clare
Ennis
IE

The contractor is an SME : yes
Comyn Kelleher Tobin
2 George’s Quay, Cork, T12 TR2A
Cork
IE

The contractor is an SME : yes
Philip Lee
7/8 Wilton Terrace, Dublin 2, D02 KC57
Dublin
IE

The contractor is an SME : yes
Ronan Daly Jermyn
2 Park Place, City Gate, Mahon, Cork
Mahon
IE

The contractor is an SME : yes
Smyth & Son Solicitors
Rope Walk, Drogheda, Co Louth
Drogheda
IE

The contractor is an SME : yes
Quigg Golden
31 Waterloo Road, Ballsbridge, Dublin
Dublin
D4
IE

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  8000000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The "42" stated in IV.1.3 refers to the maximum number of participants which is 7 tenderers by 6 lots. For each lot, the tenders will be ranked from highest to lowest number of marks. The top 7 ranked tenders in each lot will be appointed to the Framework Agreement for that lot (provided there are sufficient suitable tenders; the Authority reserves the right to appoint less than 7 tenderers to any lot where less than 7 suitable tenders have been received). TII will not be liable for any participant’s costs arising in connection with participating in the competition, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
- TII has the right at any time and without notice to:
(i) terminate the competition (or part of it);
(ii) change the competition’s basis or procedures;
(iii) procure the framework by other means,
(iv) negotiate with one or more parties at any time;
(v) reject any, or all, of the applications/tenders;
(vi) not furnish a candidate or tenderer with additional information
or to do any combination of the foregoing or anything else deemed appropriate. In no instance will TII be required to give any reason for any alteration or termination of the process.
- If any past or future frameworks or other documents are summarised or described in this document, or in other information given to Candidates, the summary or description must not be taken as comprehensive, or as a substitute for reading the framework or other document itself when it becomes available.
- Award of framework will be subject to the approval of TII.
- Award of framework may be subject to successful interview.
- Interested parties are advised that TII is subject to the Freedom of Information Act 2014 (together with other legislation governing access to information). If a candidate/tenderer considers that any information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
- An RFT and an ESPD are available on the etenders Website at http://www.etenders.gov.ie. Interested parties wishing to participate should ensure that the RFT and the ESPD are completed and returned in accordance with the requirements set out in the RFT document.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Inns Quay,
Dublin
D7
IE
Telephone: +353 18886087
Internet address: www.courts.ie