Contract notice

Information

Published

Date of dispatch of this notice: 30/11/2017

Expire date: 12/01/2018

External Reference: 2017-505590

TED Reference: 2017/S 232-483911

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
N/A
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 761008000
NUTS code:  IE -  IRELAND
Internet address(es):
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=122171&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-Supplier Framework Agreement for the Provision of Legal Services for the Mental Health Commission
Reference number:  PLI099F
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Provision of Legal Services to the Mental Health Commission, comprising:
Lot 1: Legal services to the Mental Health Commission in relation to the Mental Health Act 2001 (the 2001 Act) (including corporate, commercial, employment, regulation, information, health & social care, litigation).
Lot 2: Legal services to the Mental Health Commission in relation to the Assisted Decision Making Capacity Act 2015 (the 2015 Act) (the Decision Support Service (DSS)).
Lot 3: District and Circuit Court Appeals in relation to the Mental Health Act 2001 (the 2001 Act).
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  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: Legal services to the Mental Health Commission in relation to the Mental Health Act 2001
Lot No:  1
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Provision of Legal Services to the Mental Health Commission, comprising:
Lot 1: Legal services to the Mental Health Commission in relation to the Mental Health Act 2001 (the 2001 Act) (including corporate, commercial, employment, regulation, information, health & social care, litigation).
Tenderers should be aware that the Services sought herein are within Annex XIV of Directive 2014/24/EU on public procurement and repealing Directive 2004/18/EC (“the Directive”) and therefore this public procurement competition is subject only to the rules in Part 3 Chapter 1 of the European Union (Award of Public Authority Contracts) Regulations 2016 (SI 284/2016). The Contracting Authority will employ a competitive process analogous to the open procedure in the aforementioned directive in order to establish the framework.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach & Methodology to Service Delivery  /  Weighting:  400
Quality criterion  -  Name:  Proposed Service Delivery Team  /  Weighting:  300
Quality criterion  -  Name:  Value Added Services  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  250
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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)

Description

II.2.1)

Title

Lot 2: Legal services to the Mental Health Commission re: Assisted Decision Making Capacity Act 2015
Lot No:  2
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Provision of Legal Services to the Mental Health Commission, comprising:
Lot 2: Legal services to the Mental Health Commission in relation to the Assisted Decision Making Capacity Act 2015 (the 2015 Act) (the Decision Support Service (DSS)).
Tenderers should be aware that the Services sought herein are within Annex XIV of Directive 2014/24/EU on public procurement and repealing Directive 2004/18/EC (“the Directive”) and therefore this public procurement competition is subject only to the rules in Part 3 Chapter 1 of the European Union (Award of Public Authority Contracts) Regulations 2016 (SI 284/2016). The Contracting Authority will employ a competitive process analogous to the open procedure in the aforementioned directive in order to establish the framework.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach & Methodology to Service Delivery  /  Weighting:  400
Quality criterion  -  Name:  Proposed Service Delivery Team  /  Weighting:  300
Quality criterion  -  Name:  Value Added Services  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  250
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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)

Description

II.2.1)

Title

Lot 3: District and Circuit Court Appeals in relation to the Mental Health Act 2001
Lot No:  3
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Provision of Legal Services to the Mental Health Commission, comprising:
Lot 3: District and Circuit Court Appeals in relation to the Mental Health Act 2001 (the 2001 Act).
Tenderers should be aware that the Services sought herein are within Annex XIV of Directive 2014/24/EU on public procurement and repealing Directive 2004/18/EC (“the Directive”) and therefore this public procurement competition is subject only to the rules in Part 3 Chapter 1 of the European Union (Award of Public Authority Contracts) Regulations 2016 (SI 284/2016). The Contracting Authority will employ a competitive process analogous to the open procedure in the aforementioned directive in order to establish the framework.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach & Methodology to Service Delivery  /  Weighting:  400
Quality criterion  -  Name:  Proposed Key Personnel  /  Weighting:  250
Quality criterion  -  Name:  Value Added Services  /  Weighting:  50
Cost criterion  -  Name:  Cost  /  Weighting:  300
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to RFT documents (RFT 127364) for further details.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to RFT documents (RFT 127364) for further details.
Minimum level(s) of standards possibly required:  
Please refer to RFT documents (RFT 127364) for further details.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to RFT documents (RFT 127364) for further details.
Minimum level(s) of standards possibly required:  
Please refer to RFT documents (RFT 127364) for further details.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to RFT documents (RFT 127364) for further details.

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:  12
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:  1/5/2018
Local time:  13:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  1/5/2018
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
We would envisage further notice will be published after the completion of this contract.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin 1
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisers.