Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2021

Expire date: 04/02/2022

External Reference: 2021-268515

TED Reference: 2021/S 250-662783

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court
Dublin 2
D02WT20
IE
Contact person: Aidan Harkin
Telephone: +353 18798300
Fax: +353 18798333
NUTS code:  IE061 -  Dublin
Internet address(es):
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=204615&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

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Vehicle Clamping Signage Auditing Services
II.1.2)

Main CPV code

98351110  -  Parking enforcement services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority wishes to appoint a suitably qualified Service Provider for the supply of auditing 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.
II.1.5)

Estimated total value

Value excluding VAT: 280000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

34928470  -  Signage
79212000  -  Auditing services
90714300  -  Sectoral environmental auditing services
90714400  -  Activity specific environmental auditing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Authority wishes to appoint a suitably qualified Service Provider for the supply of auditing 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.
The scope of the services required by the successful Service Provider is set out below:
 Evaluating vehicle clamping signage located in clamping places nationally for the purpose of evaluating its statutory compliance;
 Signage auditing services will typically be required in the follow up to previous
inspections, in locations where specialist technical advice is required and in the event of legal proceedings;
 On completion of an onsite assessment, provide a comprehensive and detailed report to NTA to include relevant maps, plans and photographs, in addition to the relevant technical and legislative references; outline non-compliance detected and provide advice on the rectification of such non-compliances;
 To facilitate the completion of these audits, NTA will appoint the core Service Provider team to be authorised persons. Each authorised person will receive a warrant of his/ her appointment and will be required to produce same for inspection ;
 Provide expert advice to the NTA in the area of vehicle clamping signage as requested ;
 Provide advice and/or presentations to the NTA and/or operators in the area of vehicle clamping signage as requested ;
Where NTA elects to take legal enforcement action, the Service Provider may be required to attend court and give evidence;
 The Service Provider will also, from time to time, be required to provide general advice.
It is estimated that there may be 10-15 audits (and some post rectification audits) required per annum.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 280000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
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.
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:  As stated in the procurement documents.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in the procurement documents.
III.2.3)

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

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  04/02/2022
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  04/02/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin
D7
IE
Telephone: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).