Contract notice

Information

Published

Date of dispatch of this notice: 17/06/2019

Expire date: 24/07/2019

External Reference: 2019-237818

TED Reference: 2019/S 116-284964

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

National Transport Authority
N/A
Dun Sceine, Iveagh Court
Dublin 2
D02 WT20
IE
[Contactpoint]: Mark Bradwell
[AddressPhone]: +353 01-8798300
[AddressFax]: +353 01-8798333
[Internets]:
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=148976&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypeNatagency]
I.5)

[Mainactivity]

[OtherActivity]:  Transport

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Provision of Vehicle Assessment Services
II.1.2)

[CpvMain]

71631200  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

50110000  - 
50111000  - 
50111100  - 
50111110  - 
50112000  - 
50112200  - 
50113000  - 
50113100  - 
50113200  - 
71600000  - 
71630000  - 
71631000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Ireland
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 24
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The expected term of the contract will be two years with an option to extend for up to a further two years at the sole discretion of the Authority.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As set out in the procurement documents.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As set out in the procurement documents.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  24/07/2019
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  24/01/2020
IV.2.7)

[OpeningConditions]

[Date]:  24/07/2019
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

High Court of Ireland
Four Courts, Ground Floor (East Wing), Inns Quay
Dublin 7
D7
IE
[AddressPhone]: +353 18886000
[AddressFax]: +353 18886125

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
As set out in S.I. No. 130/2010 European Communities (Public Authorities' Contracts) (Review Procedures) Regulations 2010 (in particular Regulation 7 thereof).