Single Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations across Dublin City Council area
Dublin City Council wish to establish a Single Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations across Dublin City Council area.
The End-to-End Car Park Management Solution will be initially deployed in the underground car park located at the Civic Offices in Wood Quay, Dublin 8.
The proposed solution must have the potential to scale and include additional car park locations if required. The solution will be used to establish and evaluate current usage patterns and traffic flows through the underground car park.
This information will support the development of a new car park management policy, and a dynamic car space booking, monitoring, and reporting system for Dublin City Council.
For more information please see ITT document provided with this RFT.
Deadline
The time limit for receipt of tenders was 2022-03-07.
The procurement was published on 2022-02-04.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โSingle Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations...โ
Title
Single Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations across Dublin City Council area
DCC Car Park Management Solution
Show more
Products/services: Car park management services๐ฆ
Short description:
โDublin City Council wish to establish a Single Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support...โ
Short description
Dublin City Council wish to establish a Single Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations across Dublin City Council area.
The End-to-End Car Park Management Solution will be initially deployed in the underground car park located at the Civic Offices in Wood Quay, Dublin 8.
The proposed solution must have the potential to scale and include additional car park locations if required. The solution will be used to establish and evaluate current usage patterns and traffic flows through the underground car park.
This information will support the development of a new car park management policy, and a dynamic car space booking, monitoring, and reporting system for Dublin City Council.
For more information please see ITT document provided with this RFT.
Show more
Estimated value excluding VAT: EUR 200 000 ๐ฐ
Dublin City Council wish to establish a Single Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations across Dublin City Council area.
The End-to-End Car Park Management Solution will be initially deployed in the underground car park located at the Civic Offices in Wood Quay, Dublin 8.
The proposed solution must have the potential to scale and include additional car park locations if required. The solution will be used to establish and evaluate current usage patterns and traffic flows through the underground car park. This information will support the development of a new car park management policy, and a dynamic car space booking, monitoring, and reporting system for Dublin City Council.
The solution must be able to facilitate all of the following key components:
a) Vehicle Identification & Automated Car Park Barrier Entry and Exist Provision;
b) Car Park Management Platform โ Back Office Administration;
c) Mobile Car Park Booking App;
d) Training and On-boarding Supports and Materials
It is envisaged that the initial Services Contract for the Car Park Management solution will be divided into three key phases:
Phase 1: Develop and Deploy
Dublin City Council are initially seeking the rapid deployment of an End-to-End Car Park Management Solution in the underground car park located at the Civic Offices in Wood Quay, Dublin 8.
Phase 2: Analysis & Recommendations
At the end of Phase 1, the successful tenderer must provide Dublin City Council with a report including feedback from users. The successful tenderer must develop a short survey to capture feedback on the solution from administrators, visitors, permit holders and other staff who are interested in using the car park facilities.
Phase 3: Review, Revise and Renew
The successful tenderer will be expected to work together with the Facilities Management team to develop a new car parking policy based on the information
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
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria 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
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-03-07
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: 2022-03-07
12:00 ๐
Conditions for opening of tenders (Information about authorised persons and opening procedure):
โThe date and time for opening tenders set out above may change at the discretion of Dublin City Council.โ
Complementary information Information about electronic workflows
Electronic payment will be used
Additional information
โPlease note that this project is subject to funding.
Please note that due to the current COVID-19 pandemic, facilitation of all meetings, site visits, and...โ
Please note that this project is subject to funding.
Please note that due to the current COVID-19 pandemic, facilitation of all meetings, site visits, and clarification meetings, as well as assessments of sample products, etc. (as applicable) is severely impacted.
Where possible the Contracting Authority will put in place alternative arrangements such as on-line meetings, etc. Likewise, anticipated dates (closing date for receipt of clarifications or tender submissions) may change. Suppliers will be kept fully up to date at all stages through the eTenders messaging platform.
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 framework agreement is primarily for use by the Smart City Unit in the Chief Executiveโs 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.
8. All queries regarding this tender must be directed to the messaging facility on www.etenders.gov.ie. RFT ID: 206773. Queries must be in question format. 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 12 noon on 23rd February 2022 to enable issue of responses to all interested parties.
9. 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.
10. Submissions via www.etenders.gov.ie Tenderbox facility ONLY.
11. Refer to document 'Additional Informationโ available to download from www.etenders.gov.ie using RFT ID 206773 for further information.
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 Body responsible for mediation procedures
Name: Please contact your solicitor
Postal town: Dublin
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Please contact your solicitor
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2022/S 028-071820 (2022-02-04)
Contract award notice (2022-11-30) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 200 000 ๐ฐ
Award criteria
Quality criterion (name): Project Management
Quality criterion (weighting): 200
Quality criterion (name): Quality of the Technical Solution
Quality criterion (name): Contract Performance Management
Quality criterion (name): Innovation and Continuous Improvement
Quality criterion (weighting): 100
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 300
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 028-071820
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โSingle Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations...โ
Title
Single Party Framework Agreement for the provision of a Managed Car Park Management Solution and Related Support services for use at multiple site locations across Dublin City Council area
Show more
Date of conclusion of the contract: 2022-04-22 ๐
Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: Ronspot Ltd
National registration number: 3687439KH
Postal address: GMIT Innovation Hubs
Postal town: Galway
Postal code: H91 DCH9
Country: Ireland ๐ฎ๐ช
E-mail: michael.furey@ronspotflexwork.com๐ง
Region: West๐๏ธ
URL: http://www.ronspot.ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 200 000 ๐ฐ
Source: OJS 2022/S 234-674034 (2022-11-30)