II.1)
Scope of the procurement
RFT for the Provision of the National Car Testing Service (NCTS)
Reference number:
ET1708
71630000
-
Technical inspection and testing services
Services
II.1.4)
Short description
The Road Safety Authority (“RSA”) is seeking to engage a suitably qualified contractor to deliver roadworthiness testing services in respect of cars in the Republic of Ireland (the “National Car Testing Service”, or “NCTS”). The contractor will also be required to provide Import and Export Conformance Inspection Services on behalf of the Revenue Commissioners which are required to assess vehicles for Vehicle Registration Tax, which the contractor shall collect on behalf of the Revenue Commissioners. The contract’s operations period will run for 10 years. The contractor will be fully remunerated by way of test fee income generated from conducting the services.
II.1.5)
Estimated total value
Value excluding VAT: 650000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
71600000
-
Technical testing, analysis and consultancy services
71631000
-
Technical inspection services
79900000
-
Miscellaneous business and business-related services
71631200
-
Technical automobile inspection services
II.2.4)
Description of the procurement
Roadworthiness testing in respect of cars is required by EU Directive 2014/45/EC. The procurement of the NCTS and the Import / Export Conformance Inspection Services will occur over two stages. The first stage will require candidates to complete a pre-qualification questionnaire. Based on the results of the first stage, a limited number of candidates will be selected to participate in the second stage, where they will be invited to tender for the contract. The contract is being procured as a concession in accordance with the European Communities (Award of Concessions Contracts) Regulations 2017.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 650000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
132
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Maximum number:
5
Objective criteria for choosing the limited number of candidates:
The criteria for choosing the limited number of candidates to be invited to the second stage of the competition (Invitation to Tender stage) is outlined within the Pre Qualification Questionnaire document.
II.2.10)
Information about variants
Variants will be accepted:
yes
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
Further information is available within the documentation attached to this contract notice.