Contract notice

Information

Published

Date of dispatch of this notice: 04/07/2019

Expire date: 07/08/2019

External Reference: 2019-223442

TED Reference: 2019/S 129-316585

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court
Dublin 2
D02 WT20
IE
[Contactpoint]: Mark Bradwell
[AddressPhone]: +353 01-8798300
[AddressFax]: +353 01-8798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=149982&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Clamping Signage Assessment Services
II.1.2)

[CpvMain]

60000000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

The National Transport Authority is seeking to appoint a service provider to assess and inspect 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 service provider will be required to provide a comprehensive report to the Authority detailing the level of compliance.
The service provider will also, from time to time, be required to provide general advice and assistance to the Authority in relation to, for example, trends and patterns of non-compliance, proposals from new entrants to the industry and the preparation of guidance material for parking controllers.
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

60112000  - 
63000000  - 
63700000  - 
63710000  - 
63712000  - 
63712400  - 
71311210  - 
79400000  - 
79419000  - 
79900000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Ireland
II.2.4)

[DescrProcurement]

The National Transport Authority is seeking to appoint a service provider to assess and inspect 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 service provider will be required to provide a comprehensive report to the Authority detailing the level of compliance.
The service provider will also, from time to time, be required to provide general advice and assistance to the Authority in relation to, for example, trends and patterns of non-compliance, proposals from new entrants to the industry and the preparation of guidance material for parking controllers.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
At the discretion of the Authority, the Contract may be renewed annually up to a maximum of 2 years after the end of the initial period.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As set out in the procurement documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the procurement documents.

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  07/08/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  07/02/2020
IV.2.7)

[OpeningConditions]

[Date]:  07/08/2019
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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 certificate or 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review
Procedures) Regulations 2010 (in particular Regulation 7 thereof).