Contract award notice

Information

Published

Date of dispatch of this notice: 19/05/2022

External Reference: 2022-279998

TED Reference: 2022/S 100-277717

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
D02 WT20
IE
Contact person: Paul Curran
Telephone: +353 18798333
NUTS code:  IE061 -  Dublin
Internet address(es):
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 Inspection 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 inspection 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:  113224.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

34928470  -  Signage
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71631200  -  Technical automobile inspection services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

The Authority wishes to appoint a suitably qualified Service Provider for the supply of inspection services to support its various activities, please see the RFT for further information. The scope of the services required by the successful Service Provider is set out below:
 Onsite inspection of vehicle clamping signage located in statutory and non-statutory clamping places to the requirements of the NTA.
 Provide populated template signage inspection reports, comprising a completed
questionnaire, photographs and diagrams as necessary.
 Engage with the NTA on an ongoing basis to ensure consistency in the conduct of inspections across multiple statutory and non-statutory, independent and shared, public and private parking locations where a wide range of signage is located.
 Undertake on occasion, additional vehicle clamping signage compliance activities as requested.
 To facilitate the completion of these inspections, NTA will appoint the core Service Provider team to be authorised persons for the purposes of Part 4 of the Vehicle Clamping Act 2015. Each authorised person will receive a warrant of his/ her appointment and when exercising a power conferred under the Vehicle Clamping Act 2015, will be required to produce same for inspection by any person affected e.g. a parking controller or a clamping operator.
 Where NTA elects to take legal enforcement action on foot of a parking controller’s failure to provide signage in accordance with the applicable legislation, the Service Provider may be required to attend court and give evidence in relation to the inspections undertaken by the Service Provider.
 It is estimated that there may be 150-200 inspections (inclusive of some post
rectification inspections) per annum
The provision of services in Lot 2 will be awarded on a regional basis. The regions are:
o Ulster and Connacht
o Munster
o Leinster
Tender submissions shall include which regions the tenderer wishes to provide the services.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Proposed apprroach  /  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: 2022/S 015-034280

Section V: Award of contract

Contract No: 1

Title: Provision of Vehicle Clamping Signage Inspection Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

06/05/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  4
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:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

SGS Ireland Ltd
350215
Hazel House, Millennium Business Park, Naas, Co. Kildare, W91 PXP3
Dublin
W91 PXP3
IE
Telephone: +353 872432529
NUTS code:  IE061 -  Dublin
Internet address: www.sgs.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  113224.00  EUR

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 18886000
Fax: +353 18886125
Internet address: https://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).