The National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the State for the purpose of evaluating the compliance of signage in situ with the requirements prescribed in:
(i) Section 11 of the Vehicle Clamping Act 2015; and
(ii) Part 5 of the Vehicle Clamping and Signage Regulations 2017.
The service provider will be required to provide a comprehensive report to the Authority detailing the level of compliance.
The service provider will also, from time to time, be required to provide general advice and assistance to the Authority in relation to, for example, trends and patterns of non-compliance, proposals from new entrants to the industry and the preparation of guidance material for parking controllers.
Deadline
The time limit for receipt of tenders was 2019-08-07.
The procurement was published on 2019-07-04.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Provision of Clamping Signage Assessment Services
Products/services: Transport services (excl. Waste transport)๐ฆ
Short description:
โThe National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the State for the purpose of...โ
Short description
The National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the State for the purpose of evaluating the compliance of signage in situ with the requirements prescribed in:
(i) Section 11 of the Vehicle Clamping Act 2015; and
(ii) Part 5 of the Vehicle Clamping and Signage Regulations 2017.
The service provider will be required to provide a comprehensive report to the Authority detailing the level of compliance.
The service provider will also, from time to time, be required to provide general advice and assistance to the Authority in relation to, for example, trends and patterns of non-compliance, proposals from new entrants to the industry and the preparation of guidance material for parking controllers.
The National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the State for the purpose of evaluating the compliance of signage in situ with the requirements prescribed in:
(i) Section 11 of the Vehicle Clamping Act 2015; and
(ii) Part 5 of the Vehicle Clamping and Signage Regulations 2017.
The service provider will be required to provide a comprehensive report to the Authority detailing the level of compliance.
The service provider will also, from time to time, be required to provide general advice and assistance to the Authority in relation to, for example, trends and patterns of non-compliance, proposals from new entrants to the industry and the preparation of guidance material for parking controllers.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 24
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โAt the discretion of the Authority, the Contract may be renewed annually up to a maximum of 2 years after the end of the initial period.โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As set out in the procurement documents.
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: As set out in the procurement documents.
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2019-08-07
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2020-02-07 ๐
Conditions for opening of tenders: 2019-08-07
12:00 ๐
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โThe Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
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.
Refer to procurement documents for further information.
Show more Review body
Name: High Court of Ireland
Postal address: Four Courts, Ground Floor (East Wing), Inns Quay
Postal town: Dublin 7
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).โ
Source: OJS 2019/S 129-316585 (2019-07-04)
Contract award notice (2019-10-16) Object Scope of the procurement
Short description:
โThe National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the state for the purpose of...โ
Short description
The National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the state for the purpose of evaluating the compliance of signage in situ with the requirements prescribed in:
(i) section 11 of the Vehicle Clamping Act 2015: and
(ii) part 5 of the Vehicle Clamping and Signage Regulations 2017.
The service provider will be required to provide a comprehensive report to the authority detailing the level of compliance.
The service provider will also, from time to time, be required to provide general advice and assistance to the authority in relation to, for example, trends and patterns of non-compliance, proposals from new entrants to the industry and the preparation of guidance material for parking controllers.
Show more
Total value of the procurement (excluding VAT): EUR 103 900 ๐ฐ
Description
Place of performance: Southern๐๏ธ
Description of the procurement:
โThe National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the state for the purpose of...โ
Description of the procurement
The National Transport Authority is seeking to appoint a service provider to assess and inspect clamping places within the state for the purpose of evaluating the compliance of signage in situ with the requirements prescribed in:
(i) Section 11 of the Vehicle Clamping Act 2015: and
(ii) Part 5 of the Vehicle Clamping and Signage Regulations 2017.
The service provider will be required to provide a comprehensive report to the authority detailing the level of compliance.
The service provider will also, from time to time, be required to provide general advice and assistance to the authority in relation to, for example, trends and patterns of non-compliance, proposals from new entrants to the industry and the preparation of guidance material for parking controllers.
Show more Award criteria
Quality criterion (name):
โTenderer's approach to undertaking the assessment of clamping places for compliance with relevant signage requirements set out in the relevant legislationโ
Quality criterion (weighting): 60
Price (weighting): 40
Procedure Administrative information
Previous publication concerning this procedure: 2019/S 129-316585
Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Provision of Clamping Signage Assessment Services
Date of conclusion of the contract: 2019-10-09 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
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: 4
Name and address of the contractor
Name: Transport Insights Ltd
Postal town: Dublin
Postal code: 2
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 103 900 ๐ฐ
Complementary information Additional information
โThe contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award...โ
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.
Refer to procurement documents for further information.
Show more Review procedure
Precise information on deadline(s) for review procedures:
โAs set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).โ
Source: OJS 2019/S 202-492108 (2019-10-16)