Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2021

Expire date: 04/02/2022

External Reference: 2021-268515

TED Reference: 2021/S 250-662783

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Harcourt Lane, Iveagh Court
Dublin 2
D02WT20
IE
[Contactpoint]: Aidan Harkin
[AddressPhone]: +353 18798300
[AddressFax]: +353 18798333
[Nutscode]:  IE061 -  Dublin
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=204615&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 Vehicle Clamping Signage Auditing Services
II.1.2)

[CpvMain]

98351110  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 280000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

34928470  - 
79212000  - 
90714300  - 
90714400  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 280000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The Contract will be for an initial period of two years. At the discretion of the Authority, the Contract may be renewed annually up to a maximum of two years after the end of the initial period. Factors to be taken into account in considering an extension of the Contract will include (but may not be limited to) service requirements and performance.
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 stated in the procurement documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As stated in the procurement documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  04/02/2022
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 6  ([FromStatedDate])
IV.2.7)

[OpeningConditions]

[Date]:  04/02/2022
[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 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
D7
IE
[AddressPhone]: +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).