Contract notice

Information

Published

Date of dispatch of this notice: 02/08/2022

Expire date: 02/09/2022

External Reference: 2022-238628

TED Reference: 2022/S 150-428959

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Bus Eireann/Irish Bus
N/A
21 Phibsboro Road
Dublin 7
Broadstone
IE
Contact person: Peter Whearity
Telephone: +353 017033412
NUTS code:  IE -  IRELAND
Internet address(es):
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=220248&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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

External Audits - Provision of Independent Fleet and Maintenance Systems Audit Inspections
Reference number:  BE/SE/17/06/2022
II.1.2)

Main CPV code

79212000  -  Auditing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

External Audits - Provision of Independent Fleet and Maintenance Systems Audit Inspections
II.1.5)

Estimated total value

Value excluding VAT: 3500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
50100000  -  Repair, maintenance and associated services of vehicles and related equipment
50110000  -  Repair and maintenance services of motor vehicles and associated equipment
50111000  -  Fleet management, repair and maintenance services
50113000  -  Repair and maintenance services of buses
50113200  -  Bus maintenance services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of requirements for the Provision of Independent Fleet and Maintenance Systems Audit Inspections of which are to include but not limited to:
• Assisting and advising Bus Éireann on Irish, UK & International standards and best practice for vehicle safety, vehicle maintenance, maintenance systems monitoring, industry developments and research relating to roadworthiness and road safety.
• Carrying out independent vehicle inspection audits & audits of the Bus Éireann maintenance system, based on these standards and recommendations, over the duration of the Contract.
• Carrying out inspections at other operators and third-party premises by arrangement and as required (All inspections to comply with EU and relevant Irish legislation)
• Demonstrating a full and complete understanding of, and expertise in, all aspects of Irish, UK & European legislation pertaining to vehicle roadworthiness, maintenance systems.
• Providing the services with minimum impact on Bus Eireann’s normal day to day operations.
• Providing IT based management reporting system to include individual reports to national management recipients, summary reports, trend analysis reports and improvement recommendations. Such systems provided by the Tenderer must be established systems extensively used to provide similar services to other Passenger Service Vehicle operators.
• Demonstrating ability to provide the services on a national basis with suitably qualified personnel located geographically to be able to carry out the services successfully and efficiently
• Demonstrating ability to meet an audited minimum volume of 12.5% of the fleet, spread across Ireland, (approx. 7,000 fleet) and twice annual maintenance system audits for approx. 25 locations throughout the country.
• Demonstrating ability to provide additional resources when required for specific identified purposes to carry out additional vehicle and premises inspection and auditing.
• Providing all necessary equipment required for the
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: 3500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
please refer to PQQ
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
After the initial 3 year period there is the option to extend the contract for a further period of 12-48 months.
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 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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/09/2022
Local time:  12:00
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts Dublin 7 Ireland.
Dublin
IE