Dublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve commitments to operational continuity, safe and sustainable port-city relations and compliance with the requirements of the Clean Vehicle Directive, Directive (EU) 2019/1161, Dublin Port Company require the services of a suitably qualified and experienced fleet management company. Requirements will include disposal/recycling of the existing light commercial and passenger car vehicle fleet within the next 2 years and replace with an energy efficient EV, or alternative clean vehicle, LCV/passenger car equivalent. In addition, future management, replacement and disposal of the retained vehicle fleet is a requirement. The replacement interval/timings will be based on the priorities as per table below. The Contracting Entity currently operates a fleet of 24 vehicles which include passenger vehicles and light commercial vehicles which are currently owned and management in-house. The current vehicle fleet operates between 07.00 hours and 19.00 hours, within the confines of the Dublin Port estate the majority of the time, however on occasion may be required to travel outside of the port boundaries to facilitate working requirements (Dublin Inland Port, etc.). The full list of requirements is contained within the procurement document. All responses must be submitted in a zip file format.
Deadline
The time limit for receipt of tenders was 2025-01-13.
The procurement was published on 2024-12-05.
Contract notice (2024-12-05) Object Scope of the procurement
Title: Provision of Vehicle Leasing and Fleet Management Services for Dublin Port
Short description:
โDublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve...โ
Short description
Dublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve commitments to operational continuity, safe and sustainable port-city relations and compliance with the requirements of the Clean Vehicle Directive, Directive (EU) 2019/1161, Dublin Port Company require the services of a suitably qualified and experienced fleet management company. Requirements will include disposal/recycling of the existing light commercial and passenger car vehicle fleet within the next 2 years and replace with an energy efficient EV, or alternative clean vehicle, LCV/passenger car equivalent. In addition, future management, replacement and disposal of the retained vehicle fleet is a requirement. The replacement interval/timings will be based on the priorities as per table below. The Contracting Entity currently operates a fleet of 24 vehicles which include passenger vehicles and light commercial vehicles which are currently owned and management in-house. The current vehicle fleet operates between 07.00 hours and 19.00 hours, within the confines of the Dublin Port estate the majority of the time, however on occasion may be required to travel outside of the port boundaries to facilitate working requirements (Dublin Inland Port, etc.). The full list of requirements is contained within the procurement document. All responses must be submitted in a zip file format.
Show more
Type of contract: Services
Products/services: Vehicle-fleet management services๐ฆ Information about lots
Tenders may be submitted for maximum number of lots: 0
Description
Description of the procurement:
โDublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve...โ
Description of the procurement
Dublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve commitments to operational continuity, safe and sustainable port-city relations and compliance with the requirements of the Clean Vehicle Directive, Directive (EU) 2019/1161, Dublin Port Company require the services of a suitably qualified and experienced fleet management company. Requirements will include disposal/recycling of the existing light commercial and passenger car vehicle fleet within the next 2 years and replace with an energy efficient EV, or alternative clean vehicle, LCV/passenger car equivalent. In addition, future management, replacement and disposal of the retained vehicle fleet is a requirement. The replacement interval/timings will be based on the priorities as per table below. The Contracting Entity currently operates a fleet of 24 vehicles which include passenger vehicles and light commercial vehicles which are currently owned and management in-house. The current vehicle fleet operates between 07.00 hours and 19.00 hours, within the confines of the Dublin Port estate the majority of the time, however on occasion may be required to travel outside of the port boundaries to facilitate working requirements (Dublin Inland Port, etc.). The full list of requirements is contained within the procurement document. All responses must be submitted in a zip file format.
Show more
Additional products/services: Vehicle-fleet-support services๐ฆ
Additional products/services: Fleet management, repair and maintenance services๐ฆ
Additional products/services: Motor vehicles๐ฆ
Place of performance: Dublin๐๏ธ
Duration: 8 (YEAR)
The time frame below is expressed in number of years.
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 5
Envisaged number of candidates: 5
Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Negotiated procedure with prior call for competition โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-01-13 12:00:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated โ Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators โ
Legal, economic, financial and technical information Conditions for participation
List and brief description of rules and criteria:
โRefer to procurement document.โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โTo be agreed with the successful framework member.โ Conditions related to the contract
Contract performance conditions:
โTo be agreed with the successful framework member.โ
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐
Source: OJS 2024/S 239-749703 (2024-12-05)
Contract award notice (2026-04-14) Object Scope of the procurement
Estimated value excluding VAT: 5 000 000 EUR ๐ฐ
Total value of the procurement (excluding VAT): 5 000 000 EUR (framework approximate) ๐ฐ
Award of contract
A contract/lot is awarded โ
Lot Identification Number: LOT-0001
Contract Number: 438888
Date of conclusion of the contract: 2026-03-24 ๐
Information about tenders
Number of tenders received: 4
Name and address of the contractor
Name: Drivalia Lease Ireland Limited
National registration number: IE317799
Postal address: 15/16 Holly Avenue, Stillorgan Industrial Park, Dublin
Postal code: A94 XA72
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: wesley.oneill@drivalia.com๐ง
Phone: +353 87 9850383๐
URL: www.drivalia.ie๐
Contracting authority Name and addresses
Postal address: Estuary House, Block P7, Eastpoint Business Park, Alfie Byrne Road, Dublin 3.
Postal code: D03 Y6A2
Complementary information Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐
Source: OJS 2026/S 073-257442 (2026-04-14)