The Road Safety Authority (“RSA”) is seeking to engage a suitably qualified contractor to deliver roadworthiness testing services in respect of cars in the Republic of Ireland (the “National Car Testing Service”, or “NCTS”). The contractor will also be required to provide Import and Export Conformance Inspection Services on behalf of the Revenue Commissioners which are required to assess vehicles for Vehicle Registration Tax, which the contractor shall collect on behalf of the Revenue Commissioners. The contract’s operations period will run for 10 years. The contractor will be fully remunerated by way of test fee income generated from conducting the services.
Deadline
The time limit for receipt of tenders was 2018-11-06.
The procurement was published on 2018-10-05.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: RFT for the Provision of the National Car Testing Service (NCTS)
ET1708
Products/services: Technical inspection and testing services📦
Short description:
“The Road Safety Authority (“RSA”) is seeking to engage a suitably qualified contractor to deliver roadworthiness testing services in respect of cars in the...”
Short description
The Road Safety Authority (“RSA”) is seeking to engage a suitably qualified contractor to deliver roadworthiness testing services in respect of cars in the Republic of Ireland (the “National Car Testing Service”, or “NCTS”). The contractor will also be required to provide Import and Export Conformance Inspection Services on behalf of the Revenue Commissioners which are required to assess vehicles for Vehicle Registration Tax, which the contractor shall collect on behalf of the Revenue Commissioners. The contract’s operations period will run for 10 years. The contractor will be fully remunerated by way of test fee income generated from conducting the services.
Show more
Estimated value excluding VAT: EUR 650 000 000 💰
Roadworthiness testing in respect of cars is required by EU Directive 2014/45/EC. The procurement of the NCTS and the Import / Export Conformance Inspection Services will occur over two stages. The first stage will require candidates to complete a pre-qualification questionnaire. Based on the results of the first stage, a limited number of candidates will be selected to participate in the second stage, where they will be invited to tender for the contract. The contract is being procured as a concession in accordance with the European Communities (Award of Concessions Contracts) Regulations 2017.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 650 000 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 132
Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
“The criteria for choosing the limited number of candidates to be invited to the second stage of the competition (Invitation to Tender stage) is outlined...”
Objective criteria for choosing the limited number of candidates
The criteria for choosing the limited number of candidates to be invited to the second stage of the competition (Invitation to Tender stage) is outlined within the Pre Qualification Questionnaire document.
Show more Information about variants
Variants will be accepted ✅ Description
Additional information:
“Further information is available within the documentation attached to this contract notice.”
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
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
Procedure Type of procedure
Restricted procedure
Administrative information
Previous publication concerning this procedure: 2017/S 218-453283
Time limit for receipt of tenders or requests to participate: 2018-11-06
17:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Tender must be valid until: 2019-09-03 📅
Complementary information Information about electronic workflows
Electronic payment will be used
Review body
Name: The High Court of Ireland
Postal address: High Court Central Office, Four Courts, Inns Quay
Postal town: Dublin
Postal code: 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧
Fax: +353 18886125 📠
URL: www.courts.ie🌏
Source: OJS 2018/S 195-441393 (2018-10-05)
Additional information (2018-10-10) Object Scope of the procurement
Short description:
“The Road Safety Authority (“RSA”) is seeking to engage a suitably qualified contractor to deliver roadworthiness testing services in respect of cars in the...”
Short description
The Road Safety Authority (“RSA”) is seeking to engage a suitably qualified contractor to deliver roadworthiness testing services in respect of cars in the Republic of Ireland (the “National Car Testing Service” or “NCTS”). The Contractor will also be required to provide Import and Export Conformance Inspection Services on behalf of the Revenue Commissioners which are required to assess vehicles for Vehicle Registration Tax, which the Contractor shall collect on behalf of the Revenue Commissioners. The contract’s operations period will run for 10 years. The Contractor will be fully remunerated by way of test fee income generated from conducting the services.
Complementary information Original notice reference
Notice number in the OJ S: 2018/S 195-441393
Changes Text to be corrected in the original notice
Section number: II.1.4)
Place of text to be modified: End of paragraph — Short description
Empty old value
New value
Text:
“The Tender Process is being undertaken in accordance with the Concession Regulations and is anticipated to consist of a pre-qualification stage and a tender...”
Text
The Tender Process is being undertaken in accordance with the Concession Regulations and is anticipated to consist of a pre-qualification stage and a tender stage. It has been identified as a restricted procedure in the Contract Notice to reflect its 2-stage nature, but it is not a restricted procedure being run under the Public Sector Regulations.
Show more Text to be corrected in the original notice
Section number: II.2.4)
Place of text to be modified: End of paragraph — Description of the procurement
Empty old value
New value
Text:
“The Tender Process is being undertaken in accordance with the Concession Regulations and is anticipated to consist of a pre-qualification stage and a tender...”
Text
The Tender Process is being undertaken in accordance with the Concession Regulations and is anticipated to consist of a pre-qualification stage and a tender stage. It has been identified as a restricted procedure in the Contract Notice to reflect its 2-stage nature, but it is not a restricted procedure being run under the Public Sector Regulations.
Show more
Source: OJS 2018/S 198-449108 (2018-10-10)
Contract award notice (2019-08-19) Contracting authority Name and addresses
Postal address: Moy Business Park, Primrose Hill
Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Short description:
“The Road Safety Authority (‘RSA’) has appointed a contractor to deliver roadworthiness testing services in respect of cars in the Republic of Ireland (the...”
Short description
The Road Safety Authority (‘RSA’) has appointed a contractor to deliver roadworthiness testing services in respect of cars in the Republic of Ireland (the ‘National Car Testing Service’, or ‘NCTS’). The contractor will provide import and export conformance inspection services on behalf of the revenue commissioners which are required to assess vehicles for vehicle registration tax, which the contractor shall collect on behalf of the revenue commissioners. The contract’s operations period will run for 10 years. The contractor will be fully remunerated by way of test fee income generated from conducting the services.
Show more
Total value of the procurement (excluding VAT): EUR 650 000 000 💰
Description
Description of the procurement:
“Please note that the contract was not procured using the restricted procedure under Directive 2014/24/EU as indicated in this contract award notice. The...”
Description of the procurement
Please note that the contract was not procured using the restricted procedure under Directive 2014/24/EU as indicated in this contract award notice. The contract was procured as a concession in accordance with the European Communities (Award of Concessions Contracts) Regulations 2017. The competition consisted of 2 stages – a pre-qualification stage and a tender stage, which culminated in the identification of the preferred tenderer and the award of the contract. Section IV.1.1) below refers to a restricted procedure to reflect this 2-stage nature.
Show more Award criteria
Quality criterion (name): Technial criteria
Quality criterion (weighting): 70
Price (weighting): 30
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 195-441393
Award of contract
1️⃣
Contract Number: 1
Title: RFT for the Provision of the National Car Testing Service (NCTS)
Date of conclusion of the contract: 2019-08-15 📅
Information about tenders
Number of tenders received: 9
Name and address of the contractor
Name: Applus Inspection Services Ireland Ltd
Postal address: 3026 Lake Drive, Citywest Business Campus, Naas Road
Postal town: Dublin
Postal code: Dublin 24
Country: Ireland 🇮🇪
Region: Dublin🏙️
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 650 000 000 💰
Total value of the contract/lot: EUR 650 000 000 💰
Complementary information Additional information
“As indicated in Section V.2.2) above, nine tenders were received. For clarity, following the pre-qualification stage, 5 tenderers were invited to...”
As indicated in Section V.2.2) above, nine tenders were received. For clarity, following the pre-qualification stage, 5 tenderers were invited to participate in the tender stage. All five tenderers submitted a base tender, and 4 tenderers also submitted a variant tender, as permitted in the Invitation to Tender documentation.
Show more
Source: OJS 2019/S 161-396750 (2019-08-19)