The Authority wishes to appoint a suitably qualified Service Provider for the supply of inspection services to support its various activities, including assessing and inspecting 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 & Signage Regulations 2017.
For precise details please see the tender documents.
Deadline
The time limit for receipt of tenders was 2022-02-18.
The procurement was published on 2022-01-17.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Provision of Vehicle Clamping Signage Inspection Services
Products/services: Parking enforcement services๐ฆ
Short description:
โThe Authority wishes to appoint a suitably qualified Service Provider for the supply of inspection services to support its various activities, including...โ
Short description
The Authority wishes to appoint a suitably qualified Service Provider for the supply of inspection services to support its various activities, including assessing and inspecting 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 & Signage Regulations 2017.
For precise details please see the tender documents.
Show more
Estimated value excluding VAT: EUR 200 000 ๐ฐ
1๏ธโฃ
Additional products/services: Signage๐ฆ
Additional products/services: Technical inspection and testing services๐ฆ
Additional products/services: Technical inspection services๐ฆ
Additional products/services: Technical automobile inspection services๐ฆ
Place of performance: Dublin๐๏ธ
Description of the procurement:
โThe Authority wishes to appoint a suitably qualified Service Provider for the supply of inspection services to support its various activities, please see...โ
Description of the procurement
The Authority wishes to appoint a suitably qualified Service Provider for the supply of inspection services to support its various activities, please see the RFT for further information. The scope of the services required by the successful Service Provider is set out below:
๏ท Onsite inspection of vehicle clamping signage located in statutory and non-statutory clamping places to the requirements of the NTA.
๏ท Provide populated template signage inspection reports, comprising a completed
questionnaire, photographs and diagrams as necessary.
๏ท Engage with the NTA on an ongoing basis to ensure consistency in the conduct of inspections across multiple statutory and non-statutory, independent and shared, public and private parking locations where a wide range of signage is located.
๏ท Undertake on occasion, additional vehicle clamping signage compliance activities as requested.
๏ท To facilitate the completion of these inspections, NTA will appoint the core Service Provider team to be authorised persons for the purposes of Part 4 of the Vehicle Clamping Act 2015. Each authorised person will receive a warrant of his/ her appointment and when exercising a power conferred under the Vehicle Clamping Act 2015, will be required to produce same for inspection by any person affected e.g. a parking controller or a clamping operator.
๏ท Where NTA elects to take legal enforcement action on foot of a parking controllerโs failure to provide signage in accordance with the applicable legislation, the Service Provider may be required to attend court and give evidence in relation to the inspections undertaken by the Service Provider.
๏ท It is estimated that there may be 150-200 inspections (inclusive of some post
rectification inspections) per annum
The provision of services in Lot 2 will be awarded on a regional basis. The regions are:
o Ulster and Connacht
o Munster
o Leinster
Tender submissions shall include which regions the tenderer wishes to provide the services.
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 200 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe Contract will be for an initial period of two years. At the discretion of the Authority, the Contract may be renewed annually up to a maximum of two...โ
Description of renewals
The Contract will be for an initial period of two years. At the discretion of the Authority, the Contract may be renewed annually up to a maximum of two years after the end of the initial period. Factors to be taken into account in considering an extension of the Contract will include (but may not be limited to) service requirements and performance.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As stated 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 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
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-02-18
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: 6
Conditions for opening of tenders: 2022-02-18
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 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
Postal code: D7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: https://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 2022/S 015-034280 (2022-01-17)
Additional information (2022-02-16)
Complementary information Original notice reference
Notice number in the OJ S: 2022/S 015-034280
Changes Text to be corrected in the original notice
Section number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2022-02-18 ๐
Time: 12:00
New value
Date: 2022-02-23 ๐
Time: 12:00
Source: OJS 2022/S 036-093815 (2022-02-16)
Contract award notice (2022-05-19) Contracting authority Name and addresses
Contact person: Paul Curran
Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 113 224 ๐ฐ
Award criteria
Quality criterion (name): Proposed apprroach
Quality criterion (weighting): 40%
Quality criterion (name): Quality and Depth of Resources
Quality criterion (weighting): 30%
Price (weighting): 30%
Procedure Administrative information
Previous publication concerning this procedure: 2022/S 015-034280
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Provision of Vehicle Clamping Signage Inspection Services
Date of conclusion of the contract: 2022-05-06 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: SGS Ireland Ltd
National registration number: 350215
Postal address: Hazel House, Millennium Business Park, Naas, Co. Kildare, W91 PXP3
Postal town: Dublin
Postal code: W91 PXP3
Country: Ireland ๐ฎ๐ช
Phone: +353 872432529๐
E-mail: caroline.oleary@sgs.com๐ง
Region: Dublin๐๏ธ
URL: www.sgs.ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 113 224 ๐ฐ
Source: OJS 2022/S 100-277717 (2022-05-19)