Request for Tenders for the provision of a Fleet Management System

In summary, the Goods and Services comprise the Provision of a Comprehensive Fleet Management and Tracing System to manage and monitor Revenue’s fleet of vehicles. The contract will involve the lease of the in-vehicle hardware on a per unit basis and support for the complete system for the duration of …

CPV: 38112100 Systèmes de positionnement à capacité globale (GPS ou équivalent), 50111100 Services de gestion de parc de véhicules, 50111110 Services d'assistance pour parc de véhicules, 50111000 Services de gestion, de réparation et d'entretien de parc de véhicules
Délai:
17 novembre 2025 12:00
Type de délai:
Soumission d'offres
Lieu d'exécution:
Request for Tenders for the provision of a Fleet Management System
Service d'adjudication:
Office of the Revenue Commissioners_366
Numéro d'adjudication:
0

1. Buyer

1.1 Buyer

Official name : Office of the Revenue Commissioners_366
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Request for Tenders for the provision of a Fleet Management System
Description : In summary, the Goods and Services comprise the Provision of a Comprehensive Fleet Management and Tracing System to manage and monitor Revenue’s fleet of vehicles. The contract will involve the lease of the in-vehicle hardware on a per unit basis and support for the complete system for the duration of the contract.
Procedure identifier : c3bb4ca1-0986-4e3b-bee4-132992153227
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38112100 Global navigation and positioning systems (GPS or equivalent)
Additional classification ( cpv ): 50111100 Vehicle-fleet management services
Additional classification ( cpv ): 50111110 Vehicle-fleet-support services
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 300 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Request for Tenders for the provision of a Fleet Management System
Description : In summary, the Goods and Services comprise the Provision of a Comprehensive Fleet Management and Tracing System to manage and monitor Revenue’s fleet of vehicles. The contract will involve the lease of the in-vehicle hardware on a per unit basis and support for the complete system for the duration of the contract.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38112100 Global navigation and positioning systems (GPS or equivalent)
Additional classification ( cpv ): 50111100 Vehicle-fleet management services
Additional classification ( cpv ): 50111110 Vehicle-fleet-support services
Additional classification ( cpv ): 50111000 Fleet management, repair and maintenance services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 7 Year

5.1.5 Value

Estimated value excluding VAT : 300 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 03/11/2025 17:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 17/11/2025 12:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 17/11/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Office of the Revenue Commissioners_366
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Office of the Revenue Commissioners_366
Organisation processing tenders : Office of the Revenue Commissioners_366

8. Organisations

8.1 ORG-0001

Official name : Office of the Revenue Commissioners_366
Registration number : 4000098F
Postal address : Dublin Castle
Town : Dublin 2
Postcode : D02 R940
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016354000
Internet address : https://www.revenue.ie
Buyer profile : https://www.revenue.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : bc47fd81-fd17-4a6e-97f5-95f184541fcc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/10/2025 19:33 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00677832-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025