Contract award notice

Information

Published

Date of dispatch of this notice: 09/11/2020

External Reference: 2020-266001

TED Reference: 2020/S 222-545502

Contract award notice

[NoticeContractAward]

[NoticeContractAwardSub]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court, Harcourt Lane
Dublin 2
D02 WT20
IE
[Contactpoint]: Mark Bradwell
[AddressPhone]: +353 01-8798362
[AddressFax]: +353 01-8798333
[Internets]:
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Legal Services
[Fileref]:  APR168184-2020
II.1.2)

[CpvMain]

79100000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The National Transport Authority requires legal advisory services in the areas of public procurement, commercial/ contract administration, environmental, planning and other statutory and regulatory areas, litigation and judicial review, general advisory, European law and competition Law and data protection and intellectual property law.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.1.7)

[ValueTotal]

[ValueExclVat]:  4153325.00  EUR
II.2)

[Description]

II.2.2)

[CpvAdditional]

79110000  - 
79111000  - 
79112000  - 
79140000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Ireland
II.2.4)

[DescrProcurement]

The National Transport Authority requires legal advisory services in the areas of public procurement, commercial/ contract administration, environmental, planning and other statutory and regulatory areas, litigation and judicial review, general advisory, European law and competition Law and data protection and intellectual property law.
II.2.5)

[AwardCriteria]

[AwardCriteriaBelow]
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 1: Public Procurement Advisory Services  /  [Weighting]:  10
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 2: Commercial/Contract Administration Advisory Services  /  [Weighting]:  10
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 3: Environmental, Planning and Other Advisory Services  /  [Weighting]:  5
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 5: General Advisory Services  /  [Weighting]:  10
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality of approach to performing the services and overall experience, expertise & qualifications of the proposed team under Advisory Area 6: European Law and Competition Law Services  /  [Weighting]:  10
[AwardCriterionQuality]  -  [AwardCriterionName]:  Overall experience, expertise & qualifications of the proposed team under Advisory Area 4: Litigation and Judicial Review Services  /  [Weighting]:  5
[AwardCriterionQuality]  -  [AwardCriterionName]:  Overall experience, expertise & qualifications of the proposed team under Advisory Area 7: Data Protection and Intellectual Property Law Services  /  [Weighting]:  5
[AwardCriterionQuality]  -  [AwardCriterionName]:  Quality of the approach to governance and contract management and experience, expertise and qualifications of the dedicated point of contact  /  [Weighting]:  10
[AwardLowestCost]  -  [AwardCriterionName]:  Volume Discount  /  [Weighting]:  5
[AwardLowestCost]  -  [AwardCriterionName]:  Price  /  [Weighting]:  30
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

The expected term of the contract will be for an initial period of five (5) years. The Contract may be renewed annually, at the option of the NTA, up to a maximum of two (2) years after the end of the fifth year. The value stated relates to the initial contract period of five (5) years.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2020/S 072-171843
IV.2.9)

[InfoTerminationPin]

[PinAsCallNoContracts]

[Section5]: [AwardOfContract]

[ContractNumber]: 1

[TitleContract]: Provision of Legal Services

[AwardConfirm]: [Yes]
V.2)

[AwardOfContract]

V.2.1)

[DateAward]

12/10/2020
V.2.2)

[AwardOffersInfo]

[OffersReceived]:  5
[NumberTendersSme]:  0
[NumberTendersMs]:  1
[NumberTendersNonms]:  0
[OffersReceivedElectronic]:  5
[AwardedGroup] :  [No]
V.2.3)

[AwardedToName]

McCann FitzGerald
Riverside One Sir John Rogerson's Quay Dublin 2
Dublin
D02 X576
IE

[AwardedSme] : [No]
V.2.4)

[ValueContractInfo] ([ExclVat])

[ValueTotalFinal]:  4153325.00  EUR

[Section6]: [InfoComplement]

VI.3)

[InfoAdditional]

The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure irrespective of the outcome of the competition, or if the competition is postponed or cancelled. All costs incurred by interested parties in participating in this competition must be borne by them.
Any contract award will be subject to a number of preconditions, including production of a current tax clearance certificate or tax clearance statement from the Revenue Commissioners in Ireland. The contracting authority may terminate this competition (or any part thereof), change the basis of and the procedures for the bidding process, at any time, or procure the project by alternative means if it appears that the project can thereby be more advantageously procured. The most economically advantageous or any tender will not automatically be accepted.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).