Contract notice

Information

Published

Date of dispatch of this notice: 05/10/2018

Expire date: 06/11/2018

External Reference: 2018-241151

TED Reference: 2018/S 195-441393

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Road Safety Authority (RSA)
N/A
Moy Business Park
Ballina
Primrose Hill
IE
Contact person: Evelyn Tuffy
Telephone: +353 9625000
Internet address(es):
Main address: www.rsa.ie

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=135766&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

Other activity:  Road Safety and Public Service Provision

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

RFT for the Provision of the National Car Testing Service (NCTS)
Reference number:  ET1708
II.1.2)

Main CPV code

71630000  -  Technical inspection and testing services
II.1.3)

Type of contract

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)

Description

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.
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: 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.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2.3)

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

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 218-453283
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/11/2018
Local time:  17:00
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

Tender must be valid until:  03/09/2019

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
High Court Central Office, Four Courts, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: www.courts.ie