Contract award notice

Information

Published

Date of dispatch of this notice: 02/03/2020

External Reference: 2020-298008

TED Reference: 2020/S 045-107126

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Transport Authority
N/A
Dun Sceine, Iveagh Court
Dublin 2
D02 WT20
IE
Contact person: Mark Bradwell
Telephone: +353 01-8798300
Fax: +353 01-8798333
Internet address(es):
I.4)

Type of the contracting authority

National or federal agency/office
I.5)

Main activity

Other activity:  Transport

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Vehicle Assessment Services
II.1.2)

Main CPV code

71631200  -  Technical automobile inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking to appoint a service provider is to provide vehicle assessment services in the following areas related to bus and coach fleet:
(i) Vehicle Pre-purchase Assessments;
(ii) Vehicle Condition Inspections,
(iii) Vehicle Roadworthiness Inspections;
(iv) Vehicle Handback Inspections;
(v) Vehicle Maintenance Audit; and
(vi) Other vehicle inspections as identified by the Authority.
In addition, the Service Provider will be required to provide general advice and assistance to the Authority in relation to:
(i) the acquisition of buses/coaches;
(ii) the appropriate systems for monitoring the maintenance and upkeep of buses/coaches;
(iii) the general management of the process of providing buses/coaches to operators and the monitoring of their subsequent use and condition; and
(iv) other areas related to vehicle acquisition, vehicle modification, vehicle inspections and/or vehicle assessments.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  122400.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

50110000  -  Repair and maintenance services of motor vehicles and associated equipment
50111000  -  Fleet management, repair and maintenance services
50111100  -  Vehicle-fleet management services
50111110  -  Vehicle-fleet-support services
50112000  -  Repair and maintenance services of cars
50112200  -  Car maintenance services
50113000  -  Repair and maintenance services of buses
50113100  -  Bus repair services
50113200  -  Bus maintenance services
71600000  -  Technical testing, analysis and consultancy services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Authority is seeking to appoint a service provider is to provide vehicle assessment services in the following areas related to bus and coach fleet:
(i) Vehicle Pre-purchase Assessments;
(ii) Vehicle Condition Inspections,
(iii) Vehicle Roadworthiness Inspections;
(iv) Vehicle Handback Inspections;
(v) Vehicle Maintenance Audit; and
(vi) Other vehicle inspections as identified by the Authority.
In addition, the Service Provider will be required to provide general advice and assistance to the Authority in relation to:
(i) the acquisition of buses/coaches;
(ii) the appropriate systems for monitoring the maintenance and upkeep of buses/coaches;
(iii) the general management of the process of providing buses/coaches to operators and the monitoring of their subsequent use and condition; and
(iv) other areas related to vehicle acquisition, vehicle modification, vehicle inspections and/or vehicle assessments.
Separately, the Authority also requires the provision of vehicle roadworthiness inspections in relation to Small Public Service Vehicles, being taxis, hackneys and limousines.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  The quality of the Tenderer’s approach to undertaking Vehicle Condition Inspections of buses and coaches  /  Weighting:  10
Quality criterion  -  Name:  The quality of the Tenderer’s approach to undertaking Vehicle Maintenance Audits  /  Weighting:  10
Quality criterion  -  Name:  The quality of the Tenderer’s approach to undertaking SPSV roadworthiness inspections and the provision of reports suitable for supporting a prosecution where a SPSV is found not to be roadworthy  /  Weighting:  10
Quality criterion  -  Name:  The quality of the Tenderer’s approach to providing personnel to undertake the Services  /  Weighting:  15
Cost criterion  -  Name:  Price  /  Weighting:  55
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

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 : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 116-284964
IV.2.9)

Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Provision of Vehicle Assessment Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/02/2020
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received from SMEs:  1
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Applus Car Testing
Dublin
IE

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  122400.00  EUR
Total value of the contract/lot:  122400.00  EUR

Section VI: Complementary information

VI.3)

Additional information

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 certificate or 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)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
Telephone: +353 18886000
Fax: +353 18886125
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).