Contract award notice

Information

Published

Date of dispatch of this notice: 29/08/2019

External Reference: 2019-209917

TED Reference: 2019/S 169-413592

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Chris Carroll
Telephone: +353 2222501
Internet address(es):
Main address: www.dublincity,ie

I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Invitation to Tender for Enforcement of On-Street Parking Services.
Reference number:  etenders: 139175
II.1.2)

Main CPV code

98351110  -  Parking enforcement services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Environment & 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.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  36677984.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

98351110  -  Parking enforcement services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin City Council administrative area
II.2.4)

Description of the procurement

The Environment & 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 Council’s sole discretion and subject to annual, periodic and other reviews.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Proposed Methodology  /  Weighting:  5200
Quality criterion  -  Name:  Service Quality & Standards  /  Weighting:  3000
Quality criterion  -  Name:  Contract Implimentation  /  Weighting:  2800
Quality criterion  -  Name:  Quality & Level of Resources  /  Weighting:  6000
Quality criterion  -  Name:  Innovation / Flexibility  /  Weighting:  1000
Quality criterion  -  Name:  Proposed Service Level Agreement  /  Weighting:  2000
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  8000
II.2.11)

Information about options

Options: yes
Description of options:
This contract is for 5 years with an option to extend (on a year by year basis) for a further 2 years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 169-384970

Section V: Award of contract

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/08/2019
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Tazbell Services Group DAC
2 Custom House Plaza
Harbourmaster Place
D.1
IE

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  36677984.00  EUR

Section VI: Complementary information

VI.3)

Additional information

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 & 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 – 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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your solicitor.