Contract notice

Information

Published

Date of dispatch of this notice: 19/04/2023

Expire date: 22/05/2023

External Reference: 2023-294450

TED Reference: 2023/S 080-241931

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Beaumont Hospital
N/A
Beaumont Road
Dublin
Beaumont
IE
Contact person: Greg O'Leary
Telephone: +353 18093243
NUTS code:  IE -  IRELAND
Internet address(es):
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=240728&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

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Concession Agreement for the Provision of Vehicle Clamping Services
Reference number:  2917
II.1.2)

Main CPV code

98351110  -  Parking enforcement services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The successful concessionaire identified by this process will provide a vehicle clamping and towing service on the Contracting Authority’s campus. Cars parked outside of a designated car park spaces, in set down areas and in designated disabled bays (without a valid disabled parking permit) will be liable to clamping and will be subject to a release fee. Vehicles impeding the access of emergency vehicles or designated fire routes are also liable to be towed away to an alternative area on the campus site, resulting in a tow-away and a release fee.
II.1.5)

Estimated total value

Value excluding VAT: 350000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

98351110  -  Parking enforcement services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 9
II.2.4)

Description of the procurement

The successful concessionaire identified by this process will provide a vehicle clamping and towing service on the Contracting Authority’s campus. Cars parked outside of a designated car park spaces, in set down areas and in designated disabled bays (without a valid disabled parking permit) will be liable to clamping and will be subject to a release fee. Vehicles impeding the access of emergency vehicles or designated fire routes are also liable to be towed away to an alternative area on the campus site, resulting in a tow-away and a release fee.
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: 350000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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
II.2.14)

Additional information

Please consult the Invitation to Tender document, available to download from www.etenders.gov.ie

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please consult the Invitation to Tender document, available to download from www.etenders.gov.ie
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.2.2)

Contract performance conditions

Please consult the Invitation to Tender document, available to download from www.etenders.gov.ie
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.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/05/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
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:  22/05/2023
Local time:  12:00
Place:  
Tenders shall be opened electronically in the Procurement Department of Beaumont Hospital on or shortly after the deadline date for tender submission.
Information about authorised persons and opening procedure:  
Tenders shall be opened electronically in the Procurement Department of Beaumont Hospital on or shortly after the deadline date for tender submission by two Procurement Officers of Beaumont Hospital.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please consult the Invitation to Tender document, available to download from www.etenders.gov.ie
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Central Office of the High Court, Ground Floor, East Wing, The Four Courts, Inns Quay
Dublin 7
D7
IE
Telephone: +353 18886699
Internet address: https://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
No standstill period is applicable in this instance because the estimated value of the concession arrangement falls below the threshold for application of Directive 2014/23/EU.