Ireland-Ballina: Technical testing, analysis and consultancy services
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | Ireland-Ballina: Technical testing, analysis and consultancy services |
OJEU (High Value) | 039248-2021 |
Type | Invitation to tender |
Date Published | 2021-01-26 |
Deadline | 2021-02-24 10:00:00 |
Nature Of Contract | Service contract |
Awarding Authority | |
Procedure | Open procedure |
Description : |
I.1) Name and addresses: NUTS code: IE Communication I.3) Procurement documents (URL):http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=181532&B=ETENDERS_SIMPLE Additional Information I.3.4) Additional information can be obtained from: I.3.6)Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=181532&B=ETENDERS_SIMPLE I.3.8) to the above mentioned address I.4) Type of the contracting authority: BODY PUBLIC I.5.2) Other activity - Road safety and public service provision Provision of Technical Support Services for Vehicle Roadworthiness Testing II.1.4) Short description The objective of this competition is to establish a multi-party framework in four lots from which the RSA may draw down technical support services in relation to vehicle roadworthiness testing. II.01) Estimated value excluding VAT: EUR 950000.00 II.1.6) This contract is divided into lots: yes Technical Support Services II.2.1) Lot No: 1 NUTS code: IE II.1.4) Short description The services that may be required under this lot relate to technical expertise and support in respect of the operation of all Periodic Technical Inspection (PTI) equipment used in vehicle roadworthiness testing centres in Ireland. II.2.5) Award criteria: II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Additional Information: Please refer to the RFT documents attached with this notice for more information. Asset Management II.2.1) Lot No: 2 NUTS code: IE II.1.4) Short description The services that may be required under this lot relate to provision of a centralised asset management and asset maintenance regime/capability for the testing equipment used in CVRT Centres. II.2.5) Award criteria: II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Additional Information: Please refer to the RFT Documentation provided in Lot 1. Risk Assessment II.2.1) Lot No: 3 NUTS code: IE II.1.4) Short description The scope of this lot includes the risk assessment of the CVRT methods of PTI testing and CVRT operations. II.2.5) Award criteria: II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Additional Information: Please refer to the RFT documents provided in Lot 1. Strategic Development and Programme/Project Management II.2.1) Lot No: 4 NUTS code: IE II.1.4) Short description The scope of this lot includes advice/support in the development of an overall strategy/programme of work to deliver CVRT Strategy programme to enhance the RSA’s authorisation processes with the CVRT premises and equipment guidelines. II.2.5) Award criteria: II.02.07) Duration in months 48 II.2.7.5) This contract is subject to renewal: no II.2.10) Variants will be accepted: no The procurement is related to a project and/or programme financed by European Union funds): no Additional Information: Please refer to the RFT documents provided in Lot 1. III.1.2) Economic and financial standing III.1.2.2) Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability III.1.3.1.2) Selection criteria as stated in the procurement documents III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract IV.1.1) Type of procedure: Open IV.1.3) The procurement involves the establishment of a framework agreement IV.1.3) Envisaged maximum number of participants to the framework agreement 3 IV.2.1) Time limit for receipt of tenders or requests to participate IV.2.2) Date 2021-02-24 IV.2.2) Local time 10:00 IV.2.6) Tender must be valid until 2021-08-24 IV.2.7) Conditions for opening of tenders IV.2.7) Date 2021-02-24 IV.2.7) Local time 10:00 VI.2.2) Electronic invoicing will be accepted VI.2.3) Electronic payment will be used Review body: VI.4.3) Precise information on deadline(s) for review procedures Please consult your legal advisors. Date of dispatch of this notice : 2021-01-21 |
CPV Codes |
71600000; 51200000; 71350000; 71356300; 71630000; 71631200; 71632000; 79400000; 90711100; Technical testing, analysis and consultancy services; Installation services of equipment for measuring, checking, testing and navigating; Engineering-related scientific and technical services; Technical support services; Technical inspection and testing services; Technical automobile inspection services; Technical testing services; Business and management consultancy and related services; Risk or hazard assessment other than for construction; |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|