Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: National Museum of Ireland
National registration number: N/A
Postal address: Collins Barracks, Benburb Street
Town: Dublin
NUTS code: IE061 Dublin
Postal code: 7
Country: Ireland
E-mail: pmathews@museum.ie
Telephone: +353 016777444
Internet address(es):
Main address: www.museum.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/290
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityRecreation, culture and religion
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework for Cleaning Services for the National Museum of Ireland locations
II.1.2)Main CPV code90910000 Cleaning services
II.1.3)Type of contractServices
II.1.4)Short description:
The National Museum of Ireland (NMI) sought expressions of interest in relation to cleaning services to be awarded as a single party framework agreement for 5 years. The overall scope of the framework was to provide a comprehensive commercial cleaning service, on both a planned and reactive basis, to various NMI premises for a period of up to five (5) years duration. The framework included both scheduled services and call out cover in the event of urgent unscheduled requirements.
II.1.6)Information about lotsThis contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 1 500 000.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)90911000 Accommodation, building and window cleaning services
90911100 Accommodation cleaning services
90911200 Building-cleaning services
90911300 Window-cleaning services
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
Main site or place of performance:
At various locations in Dublin and Mayo, Ireland
II.2.4)Description of the procurement:
The framework included both scheduled services and call out cover in the event of urgent unscheduled requirements. Critical events demand a four (4) hour maximum response time. It is an essential requirement that the framework operator fully comply with all statutory requirements (including but not limited to Health and Safety) in the delivery of the services required under the framework.
It is an essential requirement that the framework operator fully comply with all statutory requirements (including but not limited to Health and Safety) in the delivery of the services required under the framework.
The Contracting Authority is located in the following locations: (i) National Museum, Collins Barracks, Benburb St, Dublin 7; (ii) The Museum of Country Life, Turlough Park House, Castlebar, Co. Mayo; (iii) National Museum Collection and Resource Centre Swords, Co. Dublin.
II.2.5)Award criteriaQuality criterion - Name: Proposal for Delivery of the Service / Weighting: 25%
Quality criterion - Name: Technical Merit of the Proposed Core Management Team / Weighting: 20%
Quality criterion - Name: Customer Service Proposal – including Service Level Agreement (SLA) / Weighting: 10%
Quality criterion - Name: Environmental Management Proposal / Weighting: 10%
Cost criterion - Name: Ultimate Cost / Weighting: 35%
II.2.11)Information about optionsOptions: yes
Description of options:
A contract will be awarded under the framework for 2 years, with the option at the discretion of the Contracting Authority to award for 3 additional years, on an annual basis.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The framework will include but will not be limited to the following main categories of service:
Element 1: Cleaning Services (Internal Areas)
Element 2: Specialist Cleaning Services
Element 3: Window Cleaning Services
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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 procedureNotice number in the OJ S: 2020/S 078-184578
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Title:
Framework for Cleaning Services for the National Museum of Ireland locations
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:27/05/2021
V.2.2)Information about tendersNumber of tenders received: 5
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Derrycourt Company Ltd.
Postal address: Unit 4B & 4C Century Business Park, St Margaret’s Road, Finglas
Town: Dublin
NUTS code: IE061 Dublin
Postal code: 11
Country: Ireland
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 1 500 000.00 EUR
Total value of the contract/lot: 1 500 000.00 EUR
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The High Court
Postal address: Four Courts
Town: Dublin
Postal code: 7
Country: Ireland
E-mail: highcourtcentraloffice@courts.ie
Telephone: +353 18886000
Internet address: www.courts.ie
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period was applied at time of notification of award decision
VI.5)Date of dispatch of this notice:21/04/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:218992-2022:TEXT:EN:HTML&src=0&tabId=2