The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide diving services. The requirements will be for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.
It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).
Deadline
The time limit for receipt of tenders was 2020-08-07.
The procurement was published on 2020-07-06.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Diving Services
Products/services: Diving services๐ฆ
Short description:
โThe contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide diving services....โ
Short description
The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide diving services. The requirements will be for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.
It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).
Show more
Estimated value excluding VAT: EUR 3 500 000 ๐ฐ
1๏ธโฃ
Additional products/services: Diving services๐ฆ
Place of performance: Dublin๐๏ธ
Main site or place of performance: Dublin.
Description of the procurement:
โThe contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide diving services....โ
Description of the procurement
The contracting entity proposes to engage in a competitive process for the establishment of single-party framework agreement(s) to provide diving services. The requirements will be for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.
Typical diving operations carried out within the port include but may not be limited to:
(a) clearing of intakes to emergency fire pumps at oil berths and berth 51;
(b) underwater inspections of Port craft, tugs, pilot boats, workboats; clearing of fouled propellers, intakes, etc.
(c) underwater inspections of all Berths including Bull Bridge and Bulloch Harbour; inspection for fouling, scrap, obstructions, etc.
(d) removal of debris/obstructions from river, berth areas, etc.
(e) inspection of underwater steelwork on Ro-Ro ramps, quay walls, etc.
(f) monitoring corrosion, inspection of anodes, supply and fit of sacrificial anodes, etc.
(g) inspections after completion of any underwater works;
(h) rock breaking;
(i) cutting and welding;
(j) recovering of fenders/airlifting fenders;
(k) undermining surveys;
(l) repairs to undermining of quay walls;
(m) repairs to fenders if required.
It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 3 500 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 36
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe duration of the framework agreement will be for three (3) years,, subject to satisfactory annual review of performance, with the option to extend for a...โ
Description of renewals
The duration of the framework agreement will be for three (3) years,, subject to satisfactory annual review of performance, with the option to extend for a further two periods of one (1) years, subject to a maximum duration of five (5) years.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
โAs set out in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 172338โ Description
Additional information:
โPlease see procurement documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
Please see procurement documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 172338
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please refer to tender documentation.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โAs detailed in the documentation available to download from www.etenders.gov.ie using System ID 172338.โ
Deposits and guarantees required: Not applicable.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: To be detailed at tender stage.
Conditions related to the contract
Contract performance conditions: As stated in the procurement documents.
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-08-07
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on eTenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) 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 a.m. โ 17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:172338) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response;
5) This is the sole call for competition for this contract/framework;
6) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time;
10) 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 โor equivalentโ will always be appended;
11) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
Show more Review body
Name: High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18860000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures: In accordance with the Remedies Directive and SI 131.
Service from which information about the review procedure may be obtained
Name: Consult a legal advisor
Postal town: Ireland
Country: Ireland ๐ฎ๐ช
Source: OJS 2020/S 132-324866 (2020-07-06)
Contract award notice (2021-04-23) Contracting authority Name and addresses
Postal address: Port Centre, Alexandra Rd, North Dock
Postal code: D01 H4C6
Object Scope of the procurement
Short description:
โThe contracting entity engaged in a competitive process for the establishment of single-party framework agreement(s) to provide diving services. The...โ
Short description
The contracting entity engaged in a competitive process for the establishment of single-party framework agreement(s) to provide diving services. The requirements was for the successful framework member to carry out any diving operations required by Dublin Port Company. Diving services have been required on approximately 25 days per annum in recent years.
It is expected that the successful framework member will be in a position to supply all equipment necessary to perform the full range of tasks required including any craft needed, underwater cutting and welding equipment, underwater inspection cameras (video with surface viewing and still cameras).
Show more
Total value of the procurement (excluding VAT): EUR 3 500 000 ๐ฐ
Description
Description of the procurement:
โTypical diving operations carried out within the port include but may not be limited to:
(a) clearing of intakes to emergency fire pumps at oil berths and...โ
Description of the procurement
Typical diving operations carried out within the port include but may not be limited to:
(a) clearing of intakes to emergency fire pumps at oil berths and berth 51;
(b) underwater inspections of Port craft, tugs, pilot boats, workboats; clearing of fouled propellers, intakes, etc.;
(c) underwater inspections of all Berths including Bull Bridge and Bulloch Harbour; inspection for fouling, scrap, obstructions, etc.;
(d) removal of debris/obstructions from river, berth areas, etc.;
(e) inspection of underwater steelwork on Ro-Ro ramps, quay walls, etc.;
(f) monitoring corrosion, inspection of anodes, supply and fit of sacrificial anodes etc.;
(g) inspections after completion of any underwater works;
(h) rock breaking;
(i) cutting and welding;
(j) recovering of fenders/airlifting fenders;
(k) undermining surveys;
(l) repairs to undermining of quay walls;
m) repairs to fenders if required.
Show more Award criteria
Quality criterion (name): Service delivery (including proposed team)
Quality criterion (weighting): 40 %
Quality criterion (name): Safety health and welfare management
Quality criterion (weighting): 15 %
Quality criterion (name): Environmental management
Quality criterion (weighting): 10 %
Quality criterion (name): Contract management and service level agreement
Quality criterion (weighting): 5 %
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 30 %
Description
Additional information: RFT 172338.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 132-324866
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Diving Services
Date of conclusion of the contract: 2021-04-19 ๐
Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
Name and address of the contractor
Name: Irish Sea Contractors Ltd
Postal address: Crory
Postal town: Ferns, Co. Wexford
Country: Ireland ๐ฎ๐ช
Region: South-East ๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 3 500 000 ๐ฐ
Complementary information Review body
Postal town: Dublin
Postal code: 7
Source: OJS 2021/S 082-212796 (2021-04-23)