Contract award notice

Information

Published

Date of dispatch of this notice: 25/06/2020

External Reference: 2020-208093

TED Reference: 2020/S 124-304350

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: Procurement & Contracts Office
Telephone: +353 9625000
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

RFT for the establishment of a Connected and Autonomous Mobility Consultancy Framework
Reference number:  ET1907
II.1.2)

Main CPV code

71318000  -  Advisory and consultative engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The RSA previously published a Contract Notice seeking Tenders for the establishment of a Multi Party Framework for the provision of consultancy services in relation to Connected and Autonomous Mobility that will last for a period of 4 years (the “Framework”).
Having evaluated the Tenders received, the RSA has now concluded a Framework Agreement with the three suppliers identified as having submitted the three most economically advantageous tenders.
Details of the Framework Agreement are set out in this notice.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  990000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

71241000  -  Feasibility study, advisory service, analysis
71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311200  -  Transport systems consultancy services
71330000  -  Miscellaneous engineering services
71333000  -  Mechanical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71340000  -  Integrated engineering services
71350000  -  Engineering-related scientific and technical services
71356000  -  Technical services
71356100  -  Technical control services
71600000  -  Technical testing, analysis and consultancy services
71620000  -  Analysis services
71621000  -  Technical analysis or consultancy services
72224000  -  Project management consultancy services
73210000  -  Research consultancy services
II.2.4)

Description of the procurement

The scope of the Framework Agreement comprises of services relating to CAM technologies, policy and governance.
The types of services that may be required over the Framework Agreement Term, may include, but are not limited to, the following:
• Professional research services including data collection and/or collation;
• Data Analysis
• Safety/Risk assessments;
• Provision of specialist advice and/or recommendations;
• Cost benefit analysis;
• Report writing;
• Preparation of Guidance Documentation
• Preparation of Stakeholder Communication Plans
• Impact Assessments
• Feasibility Studies;
The services falling under the Framework scope may relate to (but are not limited to) the following topics:
• Legislative impacts and how CAVs might be accommodated in existing legislation;
• Educating other road users on the operation, performance and predictability of CAVs on the road;
• Recommendations for adapting the driver testing and licencing towards semi and fully autonomous vehicles in the future;
• Data protection and cyber-crime;
• CAV off-road and on-road testing;
• Business transformation relating to CAM;
• Safety assurance;
• Liability and insurance issues for road users;
• Consumer acceptance and understanding of CAV, including initiatives to promote associated safety technologies;
• Transport network, traffic efficiency/safety impact model simulations;
• Environmental considerations/carbon savings;
• Intelligent transport systems;
• Mobility as a service;
• Use of CAV in Road Freight and Public Transport;
• Autonomous Vehicle (“AV”) and CAV Roadworthiness testing;
• Mobility inclusion studies - elderly and impaired users;
• Advances in/strategic planning for enforcement.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Resources  /  Weighting:  30
Quality criterion  -  Name:  Methodology  /  Weighting:  30
Quality criterion  -  Name:  Quality Management  /  Weighting:  10
Price  -  Weighting:  30
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.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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 171-417872

Section V: Award of contract

Contract No: 1

Title: RFT for the establishment of a Connected and Autonomous Mobility Consultancy Framework

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

Award of contract

V.2.1)

Date of conclusion of the contract

24/06/2020
V.2.2)

Information about tenders

Number of tenders received:  18
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

AECOM Ireland Ltd
315981
24 Lower Hatch Street
Dublin 2
IE

The contractor is an SME : no
WS Atkins Ireland Limited
222745
Atkins House, 150 Airside Business Park
Swords
Dublin
IE

The contractor is an SME : yes
WSP Ireland Consulting Limited
302231
Mona Villa, Commons Road
Brownsbarn
Dublin 22
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:  990000.00  EUR
Total value of the contract/lot:  990000.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your legal advisors