Dublin City Council proposes to award a commercial concession for a period of 5 years subject to the conditions set out in this ITT. The Successful Tenderer shall have an exclusive right to provide services on the Jeanie Johnston, the primary use of which is that of a famine museum. The Successful Tenderer will be expected to achieve their earnings by maximising trade through pro-active and commercial management, and as such are expected to identify and put forward proposals best suited to the space to maximise return to both the Successful Tenderer and Dublin City Council. The Successful Tenderer will be responsible for the management and supervision of Dry Docking including the transfer (if applicable) of the Ship to dry dock location, the management of Marine Certification during the course of this contract and the day to day maintenance of the Ship. Please refer to ITT for further details available at www.etenders.gov.ie
Deadline
The time limit for receipt of tenders was 2018-06-29.
The procurement was published on 2018-05-24.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โCommercial Concession to Operate and Maintain the 3 Masted Barque Jeanie Johnston
etenders ref 134359โ
Products/services: Repair, maintenance and associated services related to marine and other equipment๐ฆ
Short description:
โDublin City Council proposes to award a commercial concession for a period of 5 years subject to the conditions set out in this ITT. The successful tenderer...โ
Short description
Dublin City Council proposes to award a commercial concession for a period of 5 years subject to the conditions set out in this ITT. The successful tenderer shall have an exclusive right to provide services on the Jeanie Johnston, the primary use of which is that of a famine museum. The successful tenderer will be expected to achieve their earnings by maximising trade through pro-active and commercial management, and as such are expected to identify and put forward proposals best suited to the space to maximise return to both the successful tenderer and Dublin City Council. The successful tenderer will be responsible for the management and supervision of dry docking including the transfer (if applicable) of the ship to dry dock location, the management of marine certification during the course of this contract and the day to day maintenance of the ship. Please refer to ITT for further details available at www.etenders.gov.ie
Show more
Total value of the procurement (excluding VAT): EUR 3 000 000 ๐ฐ
Dublin City Council proposes to award a commercial concession for a period of 5 years subject to the conditions set out in this ITT. The successful tenderer shall have an exclusive right to provide services on the Jeanie Johnston, the primary use of which is that of a famine museum. The museum plays a part in the overall visitor experience to the Docklands area. As such, the successful tenderer will not be permitted to change the use of the space without the prior consent of Dublin City Council. The successful tenderer will be expected to achieve their earnings by maximising trade through pro-active and commercial management, and as such are expected to identify and put forward proposals best suited to the space to maximise return to both the successful tenderer and Dublin City Council. The successful tenderer will be responsible for the management and supervision of dry docking including the transfer (if applicable) of the ship to dry dock location and management of marine certification during the course of this contract. The successful tenderer will be responsible for all day to day maintenance of the ship. The successful tenderer will be responsible for recruitment, employment and training of sufficient staff suitable for the effective operation of all aspects of the ship. Please refer to ITT for further details.
Show more Award criteria
Quality criterion (name): Quality and feasibility of the business plan
Quality criterion (weighting): 40
Quality criterion (name): Proposed approach and methodology for operating tours of the ship.
Quality criterion (weighting): 10
Quality criterion (name): Contract management arrangements
Quality criterion (name): Maintenance requirements
Quality criterion (weighting): 20
Cost criterion (name): Ultimate financial contribution
Cost criterion (weighting): 20
Information about options
Options โ
Description of options: 3 year with 1 + 1 option
Procedure Type of procedure
Open procedure
Administrative information
Previous publication concerning this procedure: 2018/S 098-224016
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โCommercial Concession to Operate and Maintain the 3 Masted Barque Jeanie Johnstonโ
Date of conclusion of the contract: 2019-06-01 ๐
Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
Name and address of the contractor
Name: Sea-Cruise Connemara Ltd
National registration number: IE8280044H
Postal address: 56C Bowling Green
Postal town: Galway
Postal code: H91 E1X5
Country: Ireland ๐ฎ๐ช
E-mail: mocionna@killaryfjord.com๐ง
Region: Dublin๐๏ธ
URL: http://www.killaryfjord.com๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 3 000 000 ๐ฐ
Complementary information Additional information
โ1) 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...โ
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 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;
5) The contract agreement is primarily for use by the planning department, but may also be extended for use by other divisions of Dublin City Council as requirements arise;
6) Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging;
7) Suppliers should note the following when making their submission:
โ to enable submission of multiple documents concurrently, download and install the โUpload Manager ActiveXโ facility to your eTenders user profile,
โ when using the โUpload Managerโ facility do not use the โScheduleโ option,
โ instead, use only the โUploadโ option, which will enable monitoring of the upload,
โ suppliers who do not use the Upload Manager can upload individual files, however please ensure to allow sufficient time for upload,
โ there is a maximum upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload,
โ should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (9:00 a.m. โ 17:30 p.m. GMT).
8) All queries relating to this competition or to this ITT must be directed to the messaging facility on www.etenders.gov.ie. Queries will be accepted no later than Monday 18.6.2018 at 12:00 noon unless otherwise published by the Contracting Authority. For the avoidance of doubt and with the exception of arranging site visits, tenderers may not contact the Contracting Authority directly regarding any aspect of this competition. Responses will be circulated to those candidates that have registered an interest in this notice on the Irish Government Procurement Opportunities Portal www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response.
Show more Review body
Name: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Review procedure
Precise information on deadline(s) for review procedures: Please consult your solicitor.
Source: OJS 2019/S 110-269658 (2019-06-06)