Contract notice

Information

Published

Date of dispatch of this notice: 20/06/2019

Expire date: 23/07/2019

External Reference: 2019-239612

TED Reference: 2019/S 120-294123

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Public Appointments Service
Chapter House, 26/30 1, Abbey Street Upper, Dublin 1
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=149161&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 Tests, Assessment and Hosting Services for Recruitment Campaigns for The Public Appointments Service
Reference number:  PROJ000004510 - SSB027F
II.1.2)

Main CPV code

79635000  -  Assessment centre services for recruitment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of tests and assessments for recruitment campaigns (online or otherwise), and services for hosting assessments / assessment questionnaires. The services must cater for recruitment campaigns across a range of levels of role (namely Entry level, Supervisory/Team Leader Level, and Management/Graduate Level). Each of the levels correspond to a competency model , which captures the key qualities associated with effective performance at the different levels. Specific details regarding the specification of the services sought, can be found at Appendix 1 of the RFT document.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  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 Psychometric Tests - Entry Level
Lot No:  1
II.2.2)

Additional CPV code(s)

33156000  -  Psychology testing devices
48100000  -  Industry specific software package
48220000  -  Internet and intranet software package
72000000  -  IT services: consulting, software development, Internet and support
72263000  -  Software implementation services
72600000  -  Computer support and consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
73220000  -  Development consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79414000  -  Human resources management consultancy services
79600000  -  Recruitment services
II.2.3)

Place of performance

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

Description of the procurement

Lot 1 - Psychometric Tests - Entry Level
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Nature of Test  /  Weighting:  160
Quality criterion  -  Name:  The Online System, Technical Issues, Scoring & Data Management and Quality Assurance Processes  /  Weighting:  364
Quality criterion  -  Name:  Level of Support  /  Weighting:  56
Quality criterion  -  Name:  Framework/Contract Management and Reporting  /  Weighting:  40
Quality criterion  -  Name:  Value Add  /  Weighting:  20
Cost criterion  -  Name:  Cost  /  Weighting:  360
II.2.6)

Estimated value

Value excluding VAT: 725000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 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.2.13)

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 Supervisory / Team Leader Level
Lot No:  2
II.2.2)

Additional CPV code(s)

33156000  -  Psychology testing devices
48100000  -  Industry specific software package
48220000  -  Internet and intranet software package
72000000  -  IT services: consulting, software development, Internet and support
72263000  -  Software implementation services
72600000  -  Computer support and consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
73220000  -  Development consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79414000  -  Human resources management consultancy services
79600000  -  Recruitment services
II.2.3)

Place of performance

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

Description of the procurement

Lot 2 - Psychometric Tests - Supervisory / Team Leader Level
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Nature of Test  /  Weighting:  160
Quality criterion  -  Name:  The Online System, Technical Issues, Scoring & Data Management and Quality Assurance Processes  /  Weighting:  364
Quality criterion  -  Name:  Level of Support  /  Weighting:  56
Quality criterion  -  Name:  Framework/Contract Management and Reporting  /  Weighting:  40
Quality criterion  -  Name:  Value Add  /  Weighting:  20
Cost criterion  -  Name:  Cost  /  Weighting:  360
II.2.6)

Estimated value

Value excluding VAT: 725000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 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.2.13)

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 Management / Graduate Level
Lot No:  3
II.2.2)

Additional CPV code(s)

33156000  -  Psychology testing devices
48100000  -  Industry specific software package
48220000  -  Internet and intranet software package
72000000  -  IT services: consulting, software development, Internet and support
72263000  -  Software implementation services
72600000  -  Computer support and consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
73220000  -  Development consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79414000  -  Human resources management consultancy services
79600000  -  Recruitment services
II.2.3)

Place of performance

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

Description of the procurement

Lot 3 - Psychometric Tests - Management / Graduate Level
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Nature of Test  /  Weighting:  160
Quality criterion  -  Name:  The Online System, Technical Issues, Scoring & Data Management and Quality Assurance Processes  /  Weighting:  364
Quality criterion  -  Name:  Level of Support  /  Weighting:  56
Quality criterion  -  Name:  Framework/Contract Management and Reporting  /  Weighting:  40
Quality criterion  -  Name:  Value Add  /  Weighting:  20
Cost criterion  -  Name:  Cost  /  Weighting:  360
II.2.6)

Estimated value

Value excluding VAT: 725000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 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.2.13)

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 4 Situational Judgement Tests (SJTs)
Lot No:  4
II.2.2)

Additional CPV code(s)

33156000  -  Psychology testing devices
48100000  -  Industry specific software package
48220000  -  Internet and intranet software package
72000000  -  IT services: consulting, software development, Internet and support
72263000  -  Software implementation services
72600000  -  Computer support and consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
73220000  -  Development consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79414000  -  Human resources management consultancy services
79600000  -  Recruitment services
II.2.3)

Place of performance

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

Description of the procurement

Lot 4 - Situational Judgement Tests (SJTs)
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Nature of Test  /  Weighting:  160
Quality criterion  -  Name:  The Online System, Technical Issues, Scoring & Data Management and Quality Assurance Processes  /  Weighting:  364
Quality criterion  -  Name:  Level of Support  /  Weighting:  56
Quality criterion  -  Name:  Framework/Contract Management and Reporting  /  Weighting:  40
Quality criterion  -  Name:  Value Add  /  Weighting:  20
Cost criterion  -  Name:  Cost  /  Weighting:  360
II.2.6)

Estimated value

Value excluding VAT: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 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.2.13)

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 5 Hosting Assessments / Assessment Questionnaires
Lot No:  5
II.2.2)

Additional CPV code(s)

33156000  -  Psychology testing devices
48100000  -  Industry specific software package
48220000  -  Internet and intranet software package
72000000  -  IT services: consulting, software development, Internet and support
72263000  -  Software implementation services
72600000  -  Computer support and consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
73220000  -  Development consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79414000  -  Human resources management consultancy services
79600000  -  Recruitment services
II.2.3)

Place of performance

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

Description of the procurement

Lot 5 - Hosting Assessments / Assessment Questionnaires
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  The Online System, Technical Issues, Scoring & Data Management and Quality Assurance Processes  /  Weighting:  440
Quality criterion  -  Name:  Level of Support  /  Weighting:  80
Quality criterion  -  Name:  Framework/Contract Management and Reporting  /  Weighting:  60
Quality criterion  -  Name:  Value Add  /  Weighting:  20
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 225000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 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.2.13)

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 the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152874).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152874).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152874).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152874).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152874).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #152874).

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:  7
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:  23/07/2019
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 : 24  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  23/07/2019
Local time:  13:00

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
Telephone: +353 18886000

VI.4.3)

Review procedure

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