Contract notice

Information

Published

Date of dispatch of this notice: 11/08/2020

Expire date: 21/09/2020

External Reference: 2020-254789

TED Reference: 2020/S 157-383044

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=171682&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Request For Tender for Multi Supplier Framework Agreement for the provision of Managed Parking Services
Reference number:  PROJ000005625
II.1.2)

Main CPV code

98351000  -  Car park management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Request for Tenders (RFT) for the provision of Managed Parking Services.
The scope of the RFT is for the following 3 Lots:
Lot 1: On-Street Managed Parking Services
Lot 2: Off-Street Managed Parking Services
Lot 3: Combined On-Street and Off-Street Managed Parking Services.
In summary, the Services comprise:
The requirement for secure, reliable and high quality Managed Parking Services for Framework Clients as and when required.
This request for tenders is for both the Management of the Parking Services and if required, the supply and maintenance of all equipment, non-works infrastructure (including ICT and machine networking infrastructure) and support Services required in order to ensure the efficient operation of the Managed Parking Services herein described in Appendix 1.
II.1.5)

Estimated total value

Value excluding VAT: 40000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers who are awarded a place on both Lots 1 and 2 will automatically be awarded a place on Lot 3 and will therefore be eligible to compete for Contracts where the Contracting Authority requires both On Street and Off Street Managed Parking Services.
II.2)

Description

II.2.1)

Title

On-Street Managed Parking Services
Lot No:  1
II.2.2)

Additional CPV code(s)

34926000  -  Car park control equipment
34992000  -  Signs and illuminated signs
34996300  -  Control, safety or signalling equipment for parking facilities
38730000  -  Parking meters
50316000  -  Maintenance and repair of ticket-issuing machinery
98351100  -  Car park services
98351110  -  Parking enforcement services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The requirement for secure, reliable and high quality Managed Parking Services for Framework Clients as and when required.
This request for tenders is for both the Management of the Parking Services and if required, the supply and maintenance of all equipment, non-works infrastructure (including ICT and machine networking infrastructure) and support Services required in order to ensure the efficient operation of the Managed Parking Services herein described in Appendix 1.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Management of Service, Key Personnel and Management Information  /  Weighting:  150
Quality criterion  -  Name:  Quality Control and Quality Assurance  /  Weighting:  150
Quality criterion  -  Name:  Governance and Professional and Ethical Standards  /  Weighting:  100
Quality criterion  -  Name:  IT Systems, Data Security and Access  /  Weighting:  100
Quality criterion  -  Name:  Reliability and Continuity of Service  /  Weighting:  100
Quality criterion  -  Name:  Innovation, Continuous Improvement and Added Value  /  Weighting:  150
Cost criterion  -  Name:  Cost Proposal  /  Weighting:  250
II.2.6)

Estimated value

Value excluding VAT: 20000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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)

Description

II.2.1)

Title

Off-Street Managed Parking Services
Lot No:  2
II.2.2)

Additional CPV code(s)

34926000  -  Car park control equipment
34992000  -  Signs and illuminated signs
34996300  -  Control, safety or signalling equipment for parking facilities
38730000  -  Parking meters
50316000  -  Maintenance and repair of ticket-issuing machinery
98351100  -  Car park services
98351110  -  Parking enforcement services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The requirement for secure, reliable and high quality Managed Parking Services for Framework Clients as and when required.
This request for tenders is for both the Management of the Parking Services and if required, the supply and maintenance of all equipment, non-works infrastructure (including ICT and machine networking infrastructure) and support Services required in order to ensure the efficient operation of the Managed Parking Services herein described in Appendix 1.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Management of Service, Key Personnel and Management Information  /  Weighting:  150
Quality criterion  -  Name:  Quality Control and Quality Assurance  /  Weighting:  150
Quality criterion  -  Name:  Governance and Professional and Ethical Standards  /  Weighting:  100
Quality criterion  -  Name:  IT Systems, Data Security and Access  /  Weighting:  100
Quality criterion  -  Name:  Reliability and Continuity of Service  /  Weighting:  100
Quality criterion  -  Name:  Innovation, Continuous Improvement and Added Value  /  Weighting:  150
Cost criterion  -  Name:  Cost Proposal  /  Weighting:  250
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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)

Description

II.2.1)

Title

Combined On-Street and Off-Street Managed Parking Services
Lot No:  3
II.2.2)

Additional CPV code(s)

34926000  -  Car park control equipment
34992000  -  Signs and illuminated signs
34996300  -  Control, safety or signalling equipment for parking facilities
38730000  -  Parking meters
50316000  -  Maintenance and repair of ticket-issuing machinery
98351100  -  Car park services
98351110  -  Parking enforcement services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The requirement for secure, reliable and high quality Managed Parking Services for Framework Clients as and when required.
This request for tenders is for both the Management of the Parking Services and if required, the supply and maintenance of all equipment, non-works infrastructure (including ICT and machine networking infrastructure) and support Services required in order to ensure the efficient operation of the Managed Parking Services herein described in Appendix 1.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Management of Service, Key Personnel and Management Information  /  Weighting:  150
Quality criterion  -  Name:  Quality Control and Quality Assurance  /  Weighting:  150
Quality criterion  -  Name:  Governance and Professional and Ethical Standards  /  Weighting:  100
Quality criterion  -  Name:  IT Systems, Data Security and Access  /  Weighting:  100
Quality criterion  -  Name:  Reliability and Continuity of Service  /  Weighting:  100
Quality criterion  -  Name:  Innovation, Continuous Improvement and Added Value  /  Weighting:  150
Cost criterion  -  Name:  Cost Proposal  /  Weighting:  250
II.2.6)

Estimated value

Value excluding VAT: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174095).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174095).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174095).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174095).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174095).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #174095).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  30
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: 2020/S 118-286555
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/09/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors