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

[NoticeContractAward]

[NoticeContractAwardSub]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Environmental Protection Agency
N/A
Headquarters
Johnstown Castle Estate
PO Box 3000
IE
[Contactpoint]: Paddy Morris
[AddressPhone]: +353 539160600
[AddressEmail]: p.morris@epa.ie
[Internets]:
[UrlGeneral]: http://www.epa.ie

I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivEnvironment]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Integrated Catchment Science and Management Support and Services Framework
[Fileref]:  EPACatchmentScienceFramework
II.1.2)

[CpvMain]

90700000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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)

[LotsInfo]

[DivisionLots]: [No]
II.1.7)

[ValueTotal]

[ValueExclVat]:  668986.00  EUR
II.2)

[Description]

II.2.2)

[CpvAdditional]

90710000  - 
90711000  - 
90711200  - 
90711300  - 
90712000  - 
90713000  - 
90720000  - 
90733000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Richview, Clonskeagh, D14.
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  B. Quality of technical and human resources offered  /  [Weighting]:  50
[AwardCriterionQuality]  -  [AwardCriterionName]:  C. Methodology & work programme to meet delivery requirements  /  [Weighting]:  10
[AwardCriterionQuality]  -  [AwardCriterionName]:  D. Management and Reliability & Continuity of Supply  /  [Weighting]:  15
[AwardLowestCost]  -  [AwardCriterionName]:  e Cost or Total Cost of Ownership or Fee Proposal  /  [Weighting]:  25
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2019/S 169-413191

[Section5]: [AwardOfContract]

[ContractNumber]: 1

[TitleContract]: Integrated Catchment Science and Management Support and Services Framework

[AwardConfirm]: [Yes]
V.2)

[AwardOfContract]

V.2.1)

[DateAward]

25/11/2019
V.2.2)

[AwardOffersInfo]

[OffersReceived]:  4
[OffersReceivedElectronic]:  4
[AwardedGroup] :  [No]
V.2.3)

[AwardedToName]

RPS Group Limited
91911
West Pier Business Campus
Dun Loaghaire
IE

[AwardedSme] : [No]
V.2.4)

[ValueContractInfo] ([ExclVat])

[ValueTotalFinal]:  668986.00  EUR

[Section6]: [InfoComplement]

VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court
Four Courts
Dublin
7
IE
[AddressPhone]: +353 18886000

VI.4.4)

[AppealsInfo]

Consult legal advisor
As applicable
IE