Contract award notice

Information

Published

Date of dispatch of this notice: 27/07/2017

External Reference: 2017-397532

TED Reference: 2017/S 144-297616

Contract award notice

Contract award notice

Results of the procurement procedure

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: Lorraine Hernon
Telephone: +353 9625100
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.rsa.ie

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

NCTS Monitoring and Supervisory Services
Reference number:  ET 1703
II.1.2)

Main CPV code

79400000  -  Business and management consultancy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Road Safety Authority (RSA) has overall responsibility for the operation, oversight, development, quality assurance and delivery of the National Car Testing Service (NCTS).
In order to support and assist the RSA in carrying out this role, the RSA invites tenders from suitably experienced and qualified companies for the provision of NCTS Monitoring and Supervisory Services to monitor the performance levels required under the delivery of the NCTS Project Agreement and support the RSA in the supervision of the NCTS. The supervisory service shall provide assurance that risks are appropriately managed and the work shall be adjusted to take account of new or changing risks. The RSA wishes to appoint a single Contractor to provide the services required under the Contract.
II.1.6)

Information about lots

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

Total value of the procurement

Lowest offer:  2411720.00  EUR / Highest offer:  3889967.00  EUR   taken into consideration  (excluding VAT)
II.2)

Description

II.2.2)

Additional CPV code(s)

72220000  -  Systems and technical consultancy services
72224000  -  Project management consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79420000  -  Management-related services
79421000  -  Project-management services other than for construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Road Safety Authority (RSA) has overall responsibility for the operation, oversight, development, quality assurance and delivery of the National Car Testing Service (NCTS).
In order to support and assist the RSA in carrying out this role, the RSA invites tenders from suitably experienced and qualified companies for the provision of NCTS Monitoring and Supervisory Services to monitor the performance levels required under the delivery of the NCTS Project Agreement and support the RSA in the supervision of the NCTS. The supervisory service shall provide assurance that risks are appropriately managed and the work shall be adjusted to take account of new or changing risks. The supervisory service will include measures designed to implement continuous improvements to the NCTS to meet future service needs, risks and changes in legislation.
The RSA wishes to appoint a single Contractor to provide the services required under the Contract for a period of four (4) years. The RSA reserves the right to extend the term of the Contract for a period of up to twelve (12) months with a maximum of two such extensions up to a maximum term of six (6) years subject to the satisfactory performance of the successful tenderer and its obligations at law.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Risk mangement  /  Weighting:  250
Quality criterion  -  Name:  Monitoring Performance and Compliance with NCTS Project Agreement  /  Weighting:  200
Quality criterion  -  Name:  Data Collection, Storaage, Management and Analysis  /  Weighting:  150
Quality criterion  -  Name:  Contract Management  /  Weighting:  200
Quality criterion  -  Name:  Future Effectiveness and Innovation  /  Weighting:  50
Quality criterion  -  Name:  Project Methodology  /  Weighting:  375
Quality criterion  -  Name:  Project Management  /  Weighting:  225
Price  -  Weighting:  550
II.2.11)

Information about options

Options: yes
Description of options:
The RSA reserves the right to extend the term of the Contract for a period of up to twelve (12) months with a maximum of two such extensions up to a maximum term of six (6) years subject to the satisfactory performance of the successful tenderer and its obligations at law.
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: 2017/S 065-122560
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: NCTS Monitoring and Supervisory Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

12/07/2017
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Deloitte
Galway Financial Services Centre, Moneenageisha Road, Galway
Galway
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

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

Lowest offer:  2411720.00  EUR / Highest offer:  3889967.00  EUR   taken into consideration

Section VI: Complementary information

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: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

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

VI.5)

Date of dispatch of this notice

27/07/2017