Contract notice

Information

Published

Date of dispatch of this notice: 04/02/2022

Expire date: 07/03/2022

External Reference: 2022-219791

TED Reference: 2022/S 028-071820

Contract notice

Contract notice

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: Nicola Graham
Telephone: +353 012226297
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.ie

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=206312&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

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
Reference number:  DCC Car Park Management Solution
II.1.2)

Main CPV code

98351000  -  Car park management services
II.1.3)

Type of contract

Services
II.1.4)

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.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30211300  -  Computer platforms
34514700  -  Mobile platforms
34926000  -  Car park control equipment
34928300  -  Safety barriers
35125100  -  Sensors
48000000  -  Software package and information systems
48211000  -  Platform interconnectivity software package
48219300  -  Administration software package
48330000  -  Scheduling and productivity software package
48332000  -  Scheduling software package
48421000  -  Facilities management software package
48445000  -  Customer Relation Management software package
48600000  -  Database and operating software package
48611000  -  Database software package
48612000  -  Database-management system
72212222  -  Web server software development services
72212332  -  Scheduling software development services
72212960  -  Drivers and system software development services
72212983  -  Development software development services
72260000  -  Software-related services
72261000  -  Software support services
72262000  -  Software development services
72263000  -  Software implementation services
72267000  -  Software maintenance and repair services
72268000  -  Software supply services
72300000  -  Data services
72313000  -  Data capture services
72314000  -  Data collection and collation services
72316000  -  Data analysis services
72317000  -  Data storage services
72322000  -  Data management services
72330000  -  Content or data standardization and classification services
98351100  -  Car park services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin City Council Administrative Area
II.2.4)

Description of the procurement

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 – 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
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: 200000.00  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.1.2)

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.2.3)

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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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:  07/03/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
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:  07/03/2022
Local time:  12:00
Information about authorised persons and opening procedure:  
The date and time for opening tenders set out above may change at the discretion of Dublin City Council.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

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 Executive’s 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 Information’ available to download from www.etenders.gov.ie using RFT ID 206773 for further information.
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.4.2)

Body responsible for mediation procedures

Please contact your solicitor
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please contact your solicitor
Dublin
IE