II.1)
Scope of the procurement
Invitation to Tender for Enforcement of On-Street Parking Services.
Reference number:
etenders: 139175
98351110
-
Parking enforcement services
Services
II.1.4)
Short description
The Environment & Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel clamping), relocation and removal parking enforcement service, vehicle pound, call payment centre and associated IT services. Dublin City Council seeks an experienced, professionally managed clamping, relocation and removal contractor, staffed by highly trained/skilled personnel committed to providing a quality, efficient and competent on-street parking enforcement service throughout Dublin City Council's administrative area.
II.1.6)
Information about lots
This contract is divided into lots:
no
II.1.7)
Total value of the procurement
Value excluding VAT:
36677984.00
EUR
II.2.2)
Additional CPV code(s)
98351110
-
Parking enforcement services
II.2.3)
Place of performance
Main site or place of performance:
Dublin City Council administrative area
II.2.4)
Description of the procurement
The Environment & Transportation Department of Dublin City Council wishes to appoint a contractor to provide and manage a vehicle immobilisation (wheel clamping), relocation and removal parking enforcement service, vehicle pound, call payment centre and associated IT services. Dublin City Council seeks an experienced, professionally managed clamping, relocation and removal contractor, staffed by highly trained/skilled personnel committed to providing a quality, efficient and competent on-street parking enforcement service throughout Dublin City Council's administrative area. The objectives of the contract include; maintaining a high level of compliance with on-street parking controls in the City Council area; ensuring the probability of enforcement action being taken is sufficiently high to deter illegal parking; providing the very highest level of customer care and service; minimising the net cost to the Council of providing the service; providing flexibility in the Council/Contractor relationship; achieving partnership to deliver on objectives; providing innovation in service delivery and sharing in risk and reward.The contract will to be for a period of five years, with a possible extension of a further two years (on a year by year basis) at the Council’s sole discretion and subject to annual, periodic and other reviews.
Criteria below
Quality criterion
-
Name:
Proposed Methodology
/
Weighting:
5200
Quality criterion
-
Name:
Service Quality & Standards
/
Weighting:
3000
Quality criterion
-
Name:
Contract Implimentation
/
Weighting:
2800
Quality criterion
-
Name:
Quality & Level of Resources
/
Weighting:
6000
Quality criterion
-
Name:
Innovation / Flexibility
/
Weighting:
1000
Quality criterion
-
Name:
Proposed Service Level Agreement
/
Weighting:
2000
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
8000
II.2.11)
Information about options
Options:
yes
Description of options:
This contract is for 5 years with an option to extend (on a year by year basis) for a further 2 years.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
Please consult the associated documentation which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RTF ID 139175.