Contract notice

Information

Published

Date of dispatch of this notice: 15/10/2018

Expire date: 19/11/2018

External Reference: 2018-213834

TED Reference: 2018/S 201-456979

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
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=136746&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 External Workplace Investigation Services
Reference number:  THRO36F
II.1.2)

Main CPV code

79400000  -  Business and management consultancy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Lot 1 The services required under Lot 1 are the provision of investigators with appropriate expertise to formally conduct investigations of staff complaints of bullying, harassment and sexual harassment. Lot 2 The services required under Lot 2 are the provision of investigators with appropriate expertise to formally conduct reviews of the type of investigations specified in Lot 1.
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  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

Workplace Investigations
Lot No:  1
II.2.2)

Additional CPV code(s)

79414000  -  Human resources management consultancy services
79422000  -  Arbitration and conciliation services
79720000  -  Investigation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The services required under Lot 1 are the provision of investigators with appropriate expertise to formally conduct investigations of staff complaints of bullying, harassment and sexual harassment.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Approach to Service Delivery  /  Weighting:  200
Quality criterion  -  Name:  Quality of Approach to Contract Management.  /  Weighting:  150
Quality criterion  -  Name:  Quality of Approach to Data Security & Management.  /  Weighting:  150
Quality criterion  -  Name:  Reliability of Service  /  Weighting:  100
Cost criterion  -  Name:  Cost of Servics Provided.  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 5500000.00  EUR
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)

Description

II.2.1)

Title

Review of Investigations
Lot No:  2
II.2.2)

Additional CPV code(s)

79414000  -  Human resources management consultancy services
79422000  -  Arbitration and conciliation services
79720000  -  Investigation services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The services required under Lot 2 are the provision of investigators with appropriate expertise to formally conduct reviews of the type of investigations specified in Lot 1.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Approach to Service Delivery.  /  Weighting:  200
Quality criterion  -  Name:  Quality of Approach to Contract Management.  /  Weighting:  150
Quality criterion  -  Name:  Quality of Approach to Data Security & Management.  /  Weighting:  150
Quality criterion  -  Name:  Reliability of Service.  /  Weighting:  100
Cost criterion  -  Name:  Cost of Servics Provided.  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 500000.00  EUR
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to 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:  20
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:  19/11/2018
Local time:  12:00
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:  19/11/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE