Contract notice

Information

Published

Date of dispatch of this notice: 07/08/2020

Expire date: 09/08/2026

External Reference: 2020-261516

TED Reference: 2020/S 155-379521

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
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=171643&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

Dynamic Purchasing System for the Provision of Courier Services Contracts Greater than €25,000 (excl. Vat) to the Public Sector
Reference number:  PROJ000005359 - TTT040F
II.1.2)

Main CPV code

64120000  -  Courier services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority invites requests to participate (“Applications”) from economic operators (“Candidates”) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the “Services”).
In summary, the Services comprise:
The provision of Courier Services on the Island of Ireland and International Courier Services, where the estimated value of the contract is greater than €25,000 (ex Vat).
The DPS will be divided into two (2) categories (each a “Category”) as described below.
Category 1 –Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland.
Category 2 –International Courier Services, both outbound from Ireland and inbound to Ireland.
Candidates may apply for one or both Categories, without any restriction.
Please see Appendix 1 of this RFATP for further information on the Services.
II.1.5)

Estimated total value

Value excluding VAT: 15000000.00  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

Category 1 for DPS for Courier Services, Island of Ireland Courier Services
Lot No:  1
II.2.2)

Additional CPV code(s)

64121000  -  Multi-modal courier services
64121200  -  Parcel delivery services
II.2.3)

Place of performance

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

Description of the procurement

The Contracting Authority invites requests to participate (“Applications”) from economic operators (“Candidates”) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the “Services”).
In summary, the Services comprise:
The provision of Courier Services on the Island of Ireland and International Courier Services, where the estimated value of the contract is greater than €25,000 (ex Vat).
The DPS will be divided into two (2) categories (each a “Category”) as described below.
Category 1 –Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland.
Category 2 –International Courier Services, both outbound from Ireland and inbound to Ireland.
Candidates may apply for one or both Categories, without any restriction.
Please see Appendix 1 of this RFATP for further information on the Services.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 10200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
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

Category 2 for DPS for Courier Services, International Courier Services
Lot No:  2
II.2.2)

Additional CPV code(s)

64121000  -  Multi-modal courier services
64121200  -  Parcel delivery services
II.2.3)

Place of performance

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

Description of the procurement

The Contracting Authority invites requests to participate (“Applications”) from economic operators (“Candidates”) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the “Services”).
In summary, the Services comprise:
The provision of Courier Services on the Island of Ireland and International Courier Services, where the estimated value of the contract is greater than €25,000 (ex Vat).
The DPS will be divided into two (2) categories (each a “Category”) as described below.
Category 1 –Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland.
Category 2 –International Courier Services, both outbound from Ireland and inbound to Ireland.
Candidates may apply for one or both Categories, without any restriction.
Please see Appendix 1 of this RFATP for further information on the Services.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
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.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 Applications to Participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Applications to Participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Applications to Participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Applications to Participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Applications to Participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Applications to Participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system
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:  09/08/2026
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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.3)

Additional information

Please refer to the Request for Applications to Participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060)
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

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