Contract notice

Information

Published

Date of dispatch of this notice: 22/07/2022

Expire date: 17/10/2022

External Reference: 2022-238254

TED Reference: 2022/S 143-409679

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: Michael Glacken
Telephone: +353 09625000
NUTS code:  IE -  IRELAND
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=219701&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

Provision of Temporary / Contract Staff to the RSA
Reference number:  ET2202
II.1.2)

Main CPV code

79600000  -  Recruitment services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The RSA is seeking tenders from interested parties with the aim of establishing a multi-supplier, multi-lot framework for the provision of temporary / contract staff to the RSA across the following 6 lots:
Lot 1 - Technology and Data
Lot 2 - Communications
Lot 3 - Programme Management
Lot 4 - Finance and Corporate
Lot 5 - HR and Administrative
Lot 6 - Policy Development and Quality
The RSA intends to selected the top four scoring tenderers in respect of each Lot for admission to the framework. The framework will be established for a period of 4 years with call-off contracts being awarded via a mini competition mechanism.
Please refer to the RFT documents which are attached in the folder for Lot 1 for more information.
NOTE: the RSA intends to hold a virtual tenderer's briefing for this tender process on Tuesday 9 August - see section 4.6 of the RFT document for more information.
II.1.5)

Estimated total value

Value excluding VAT: 17800000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1 - Technology and Data
Lot No:  1
II.2.2)

Additional CPV code(s)

66122000  -  Corporate finance and venture capital services
72000000  -  IT services: consulting, software development, Internet and support
72224000  -  Project management consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79212110  -  Corporate governance rating services
79315000  -  Social research services
79414000  -  Human resources management consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421000  -  Project-management services other than for construction work
79635000  -  Assessment centre services for recruitment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of the Framework comprises the provision of temporary / contract staff across the aforementioned 6 Lots including, but not limited to, the following:
(i) the recruitment / selection / assignment of candidates to fulfil temporary / fixed-term assignments within the RSA;
(ii) the engagement and ongoing management of successfully placed candidates during the term of the given assignment;
(iii) data recording and ad-hoc reporting; and
(iv) framework relationship management.
Tenderers should note that the RSA does not intend to utilise the Framework to fill full-time / permanent assignments.
Tenderers are referred to section 3.2 of the RFT for an indicative list of the roles / areas under which the RSA envisages assignments may arise over the term of the framework.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

See the RFT documents attached in the Lot 1 folder for more information.
II.2)

Description

II.2.1)

Title

Lot 2 - Communications
Lot No:  2
II.2.2)

Additional CPV code(s)

66122000  -  Corporate finance and venture capital services
72000000  -  IT services: consulting, software development, Internet and support
72224000  -  Project management consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79212110  -  Corporate governance rating services
79315000  -  Social research services
79414000  -  Human resources management consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421000  -  Project-management services other than for construction work
79635000  -  Assessment centre services for recruitment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of the Framework comprises the provision of temporary / contract staff across the aforementioned 6 Lots including, but not limited to, the following:
(i) the recruitment / selection / assignment of candidates to fulfil temporary / fixed-term assignments within the RSA;
(ii) the engagement and ongoing management of successfully placed candidates during the term of the given assignment;
(iii) data recording and ad-hoc reporting; and
(iv) framework relationship management.
Tenderers should note that the RSA does not intend to utilise the Framework to fill full-time / permanent assignments.
Tenderers are referred to section 3.2 of the RFT for an indicative list of the roles / areas under which the RSA envisages assignments may arise over the term of the framework.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

Please refer to the RFT documents attached in the Lot 1 folder for more information.
II.2)

Description

II.2.1)

Title

Lot 3 - Programme Management
Lot No:  3
II.2.2)

Additional CPV code(s)

66122000  -  Corporate finance and venture capital services
72000000  -  IT services: consulting, software development, Internet and support
72224000  -  Project management consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79212110  -  Corporate governance rating services
79315000  -  Social research services
79414000  -  Human resources management consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421000  -  Project-management services other than for construction work
79635000  -  Assessment centre services for recruitment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of the Framework comprises the provision of temporary / contract staff across the aforementioned 6 Lots including, but not limited to, the following:
(i) the recruitment / selection / assignment of candidates to fulfil temporary / fixed-term assignments within the RSA;
(ii) the engagement and ongoing management of successfully placed candidates during the term of the given assignment;
(iii) data recording and ad-hoc reporting; and
(iv) framework relationship management.
Tenderers should note that the RSA does not intend to utilise the Framework to fill full-time / permanent assignments.
Tenderers are referred to section 3.2 of the RFT for an indicative list of the roles / areas under which the RSA envisages assignments may arise over the term of the framework.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

Please refer to the RFT documents attached in the Lot 1 folder for more information.
II.2)

Description

II.2.1)

Title

Lot 4 - Finance and Corporate
Lot No:  4
II.2.2)

Additional CPV code(s)

66122000  -  Corporate finance and venture capital services
72000000  -  IT services: consulting, software development, Internet and support
72224000  -  Project management consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79212110  -  Corporate governance rating services
79315000  -  Social research services
79414000  -  Human resources management consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421000  -  Project-management services other than for construction work
79635000  -  Assessment centre services for recruitment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of the Framework comprises the provision of temporary / contract staff across the aforementioned 6 Lots including, but not limited to, the following:
(i) the recruitment / selection / assignment of candidates to fulfil temporary / fixed-term assignments within the RSA;
(ii) the engagement and ongoing management of successfully placed candidates during the term of the given assignment;
(iii) data recording and ad-hoc reporting; and
(iv) framework relationship management.
Tenderers should note that the RSA does not intend to utilise the Framework to fill full-time / permanent assignments.
Tenderers are referred to section 3.2 of the RFT for an indicative list of the roles / areas under which the RSA envisages assignments may arise over the term of the framework.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

Please refer to the RFT documents attached in the Lot 1 folder for more information.
II.2)

Description

II.2.1)

Title

Lot 5 - HR and Administrative
Lot No:  5
II.2.2)

Additional CPV code(s)

66122000  -  Corporate finance and venture capital services
72000000  -  IT services: consulting, software development, Internet and support
72224000  -  Project management consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79212110  -  Corporate governance rating services
79315000  -  Social research services
79414000  -  Human resources management consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421000  -  Project-management services other than for construction work
79635000  -  Assessment centre services for recruitment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of the Framework comprises the provision of temporary / contract staff across the aforementioned 6 Lots including, but not limited to, the following:
(i) the recruitment / selection / assignment of candidates to fulfil temporary / fixed-term assignments within the RSA;
(ii) the engagement and ongoing management of successfully placed candidates during the term of the given assignment;
(iii) data recording and ad-hoc reporting; and
(iv) framework relationship management.
Tenderers should note that the RSA does not intend to utilise the Framework to fill full-time / permanent assignments.
Tenderers are referred to section 3.2 of the RFT for an indicative list of the roles / areas under which the RSA envisages assignments may arise over the term of the framework.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

Please refer to the RFT documents attached in the Lot 1 folder for more information.
II.2)

Description

II.2.1)

Title

Lot 6 - Policy Development and Quality
Lot No:  6
II.2.2)

Additional CPV code(s)

66122000  -  Corporate finance and venture capital services
72000000  -  IT services: consulting, software development, Internet and support
72224000  -  Project management consultancy services
73210000  -  Research consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79212110  -  Corporate governance rating services
79315000  -  Social research services
79414000  -  Human resources management consultancy services
79416000  -  Public relations services
79416100  -  Public relations management services
79416200  -  Public relations consultancy services
79421000  -  Project-management services other than for construction work
79635000  -  Assessment centre services for recruitment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of the Framework comprises the provision of temporary / contract staff across the aforementioned 6 Lots including, but not limited to, the following:
(i) the recruitment / selection / assignment of candidates to fulfil temporary / fixed-term assignments within the RSA;
(ii) the engagement and ongoing management of successfully placed candidates during the term of the given assignment;
(iii) data recording and ad-hoc reporting; and
(iv) framework relationship management.
Tenderers should note that the RSA does not intend to utilise the Framework to fill full-time / permanent assignments.
Tenderers are referred to section 3.2 of the RFT for an indicative list of the roles / areas under which the RSA envisages assignments may arise over the term of the framework.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
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

Please refer to the RFT documents attached in the Lot 1 folder for more information.

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

Open procedure
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 several operators
Envisaged maximum number of participants to the framework agreement:  4
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:  09/09/2022
Local time:  10:00
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:  10/03/2023
IV.2.7)

Conditions for opening of tenders

Date:  09/09/2022
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
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
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

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