Contract award notice

Information

Published

Date of dispatch of this notice: 27/04/2022

External Reference: 2022-255183

TED Reference: 2022/S 085-230759

Contract award notice

Contract award notice

Results of the procurement procedure

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: Paul Curran
Telephone: +353 873458669
Fax: +353 873458669
NUTS code:  IE061 -  Dublin
Internet address(es):
I.4)

Type of the contracting authority

National or federal agency/office
I.5)

Main activity

Health

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.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  280000.00  EUR
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

Criteria below
Quality criterion  -  Name:  Prooposed Approach  /  Weighting:  40%
Quality criterion  -  Name:  Quality and Depth of Resources  /  Weighting:  30%
Price  -  Weighting:  30%
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 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: 2021/S 250-662783

Section V: Award of contract

Contract No: 1

Title: Provision of Vehicle Clamping Signage Auditing Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

26/04/2022
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Transport Insights Ltd
521948
Suite 30, 21 Baggot Street Lower, Dublin 2, D02 X658
Dublin
D02 X658
IE
Telephone: +353 16852279
Fax: +353 16852279
NUTS code:  IE061 -  Dublin

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  280000.00  EUR
Lowest offer:  128000.00  EUR / Highest offer:  162508.00  EUR   taken into consideration

Section VI: Complementary information

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).