The Environment and Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel clamping), relocation and removal parking enforcement service, vehicle pound, call payment centre and associated IT services. Dublin City Council seeks an experienced, professionally managed clamping, relocation and removal contractor, staffed by highly trained/skilled personnel committed to providing a quality, efficient and competent on-street parking enforcement service throughout Dublin City Council's administrative area.
Deadline
The time limit for receipt of tenders was 2018-10-08.
The procurement was published on 2018-08-31.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โInvitation to Tender for Enforcement of On-Street Parking Services.
etenders: 139175โ
Products/services: Parking enforcement services๐ฆ
Short description:
โThe Environment and Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel...โ
Short description
The Environment and Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel clamping), relocation and removal parking enforcement service, vehicle pound, call payment centre and associated IT services. Dublin City Council seeks an experienced, professionally managed clamping, relocation and removal contractor, staffed by highly trained/skilled personnel committed to providing a quality, efficient and competent on-street parking enforcement service throughout Dublin City Council's administrative area.
Show more
Estimated value excluding VAT: EUR 45 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Parking enforcement services๐ฆ
Place of performance: Dublin๐๏ธ
Main site or place of performance: Dublin City Council administrative area
Description of the procurement:
โThe Environment and Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel...โ
Description of the procurement
The Environment and Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel clamping), relocation and removal parking enforcement service, vehicle pound, call payment centre and associated IT services. Dublin City Council seeks an experienced, professionally managed clamping, relocation and removal contractor, staffed by highly trained/skilled personnel committed to providing a quality, efficient and competent on-street parking enforcement service throughout Dublin City Council's administrative area. The objectives of the contract include; maintaining a high level of compliance with on-street parking controls in the City Council area; ensuring the probability of enforcement action being taken is sufficiently high to deter illegal parking; providing the very highest level of customer care and service; minimising the net cost to the Council of providing the service; providing flexibility in the Council/Contractor relationship; achieving partnership to deliver on objectives; providing innovation in service delivery and sharing in risk and reward.The contract will to be for a period of five years, with a possible extension of a further two years (on a year by year basis) at the Councilโs sole discretion and subject to annual, periodic and other reviews.
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 45 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThis contract is for 5 years with an option to extend (on a year by year basis) for a further 2 years.โ Information about options
Options โ
Description of options:
โThis contract is for 5 years with an option to extend (on a year by year basis) for a further 2 years.โ Description
Additional information:
โPlease consult the associated documentation which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
Please consult the associated documentation which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RTF ID 139175.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โFor further information please consult the associated documentation available to download from www.etenders.gov.ie using RFT ID 139175.โ 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 related to the contract
Contract performance conditions:
โFor further information please consult the associated documentation availanble to download from www.etenders.gov.ie using RFT ID 139175.โ
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-10-08
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Languages in which tenders or requests to participate may be submitted: Irish ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2018-10-08
12:00 ๐
Conditions for opening of tenders (place):
โThe date and time of opening tenders is subject to change and at the discretion of Dublin City Council.โ
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 2025
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 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 "or equivalent" will always be appended.
5) 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.
6) The contract/ is primarily for use by the Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7) Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8) Tenders may be submitted in English or in the Irish language.
9) Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10) Appeals procedure: The body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7.
11) All queries regarding this tender must be submitted through the Irish Government procurement opportunities portal www.etenders.gov.ie. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 28th September at 12 noon to enable issue of responses to all interested parties.
12) Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
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 2018/S 169-384970 (2018-08-31)
Contract award notice (2019-08-29) Object Scope of the procurement
Title:
โInvitation to Tender for Enforcement of On-Street Parking Services
etenders: 139175โ
Total value of the procurement (excluding VAT): EUR 36 677 984 ๐ฐ
Description
Main site or place of performance: Dublin City Council administrative area.
Description of the procurement:
โThe Environment and Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel...โ
Description of the procurement
The Environment and Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel clamping), relocation and removal parking enforcement service, vehicle pound, call payment centre and associated IT services. Dublin City Council seeks an experienced, professionally managed clamping, relocation and removal contractor, staffed by highly trained/skilled personnel committed to providing a quality, efficient and competent on-street parking enforcement service throughout Dublin City Council's administrative area. The objectives of the contract include; maintaining a high level of compliance with on-street parking controls in the City Council area; ensuring the probability of enforcement action being taken is sufficiently high to deter illegal parking; providing the very highest level of customer care and service; minimising the net cost to the Council of providing the service; providing flexibility in the Council/Contractor relationship; achieving partnership to deliver on objectives; providing innovation in service delivery and sharing in risk and reward. The contract will to be for a period of 5 years, with a possible extension of a further 2 years (on a year by year basis) at the Councilโs sole discretion and subject to annual, periodic and other reviews.
Show more Award criteria
Quality criterion (name): Proposed methodology
Quality criterion (weighting): 5200
Quality criterion (name): Service quality and standards
Quality criterion (weighting): 3000
Quality criterion (name): Contract implimentation
Quality criterion (weighting): 2800
Quality criterion (name): Quality and level of resources
Quality criterion (weighting): 6000
Quality criterion (name): Innovation/flexibility
Quality criterion (weighting): 1000
Quality criterion (name): Proposed service level agreement
Quality criterion (weighting): 2000
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 8000
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 169-384970
Award of contract
1๏ธโฃ
Date of conclusion of the contract: 2019-08-01 ๐
Information about tenders
Number of tenders received: 3
Name and address of the contractor
Name: Tazbell Services Group DAC
Postal address: 2 Custom House Plaza
Postal town: Harbourmaster Place
Postal code: D.1
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 36 677 984 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 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;
5) 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;
6) The contract/ is primarily for use by the Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise;
7) Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging;
8) Tenders may be submitted in English or in the Irish language;
9) Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA);
10) Appeals procedure: The body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7;
11) All queries regarding this tender must be submitted through the Irish Government procurement opportunities portal www.etenders.gov.ie
Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie
The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 28th September at 12.00 noon to enable issue of responses to all interested parties;
12) Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
Show more
Source: OJS 2019/S 169-413592 (2019-08-29)