Contract notice

Information

Published

Date of dispatch of this notice: 18/10/2020

Expire date: 11/12/2020

External Reference: 2020-257214

TED Reference: 2020/S 203-493850

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dept of Children & Youth Affairs
Baggot Street Lower
Dublin
Dublin
IE
Contact person: OGP Support
Telephone: +353 761008000
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=176042&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 Research and Evaluation Services for the DCYA
Reference number:  PROJ000004909 - SSB035F
II.1.2)

Main CPV code

73110000  -  Research services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Children and Youth Affairs (the “Contracting Authority”) is issuing this request for tenders (“RFT”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. The Office of Government Procurement (OGP) will be the contact office in relation to this public procurement competition.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). For the avoidance of doubt, services may be drawn down by agencies and bodies under the aegis of the contracting authority.
II.1.5)

Estimated total value

Value excluding VAT: 4000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

Lot 1 for FW for Research & Evaluation for DCYA
Lot No:  1
II.2.2)

Additional CPV code(s)

73000000  -  Research and development services and related consultancy services
73100000  -  Research and experimental development services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
79300000  -  Market and economic research; polling and statistics
79310000  -  Market research services
79315000  -  Social research services
79419000  -  Evaluation consultancy services
85300000  -  Social work and related services
85320000  -  Social services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Children and Youth Affairs (the “Contracting Authority”) is issuing this request for tenders (“RFT”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. The Office of Government Procurement (OGP) will be the contact office in relation to this public procurement competition.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). For the avoidance of doubt, services may be drawn down by agencies and bodies under the aegis of the contracting authority.
In summary, the Services comprise:
The following is a summary of the key service required from the successful Tenderer(s)
• A range of specialist research services and subject expertise in the field of children, youth and families.
• The delivery of a range of strategic research, data and evaluation objectives, as well as to support emerging and new research and evidence needs. First Five, for example, sets out over 20 research-related commitments for the period up to 2021, some of which will be externally commissioned. These range from small-scale scoping studies to large scale evaluations of The Department of Children and Youth Affairs programmes.
• The requisite subject matter and methodological expertise in respect of children and young people, to help meet the Department of Children and Youth Affairs research, data and evaluation needs.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Understanding of Framework Requirements  /  Weighting:  200
Quality criterion  -  Name:  Research Design & Overall Approach to the Tenderer selected Notional Project  /  Weighting:  300
Quality criterion  -  Name:  Contract & Project Management Controls Approach to the Tenderer selected Notional Project  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1200000.00  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 and subject to its obligations at law, to extend the Framework Term for a period or periods of up to 12 months with a maximum of 2 of such extensions on the same terms and conditions.
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 for FW for Research & Evaluation for DCYA
Lot No:  2
II.2.2)

Additional CPV code(s)

73000000  -  Research and development services and related consultancy services
73100000  -  Research and experimental development services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
79300000  -  Market and economic research; polling and statistics
79310000  -  Market research services
79315000  -  Social research services
79419000  -  Evaluation consultancy services
85300000  -  Social work and related services
85320000  -  Social services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Children and Youth Affairs (the “Contracting Authority”) is issuing this request for tenders (“RFT”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. The Office of Government Procurement (OGP) will be the contact office in relation to this public procurement competition.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). For the avoidance of doubt, services may be drawn down by agencies and bodies under the aegis of the contracting authority.
In summary, the Services comprise:
The following is a summary of the key service required from the successful Tenderer(s)
• A range of specialist research services and subject expertise in the field of children, youth and families.
• The delivery of a range of strategic research, data and evaluation objectives, as well as to support emerging and new research and evidence needs. First Five, for example, sets out over 20 research-related commitments for the period up to 2021, some of which will be externally commissioned. These range from small-scale scoping studies to large scale evaluations of The Department of Children and Youth Affairs programmes.
• The requisite subject matter and methodological expertise in respect of children and young people, to help meet the Department of Children and Youth Affairs research, data and evaluation needs.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Understanding of Framework Requirements  /  Weighting:  200
Quality criterion  -  Name:  Research Design & Overall Approach to the Tenderer selected Notional Project  /  Weighting:  300
Quality criterion  -  Name:  Contract & Project Management Controls Approach to the Tenderer selected Notional Project  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1400000.00  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 and subject to its obligations at law, to extend the Framework Term for a period or periods of up to 12 months with a maximum of 2 of such extensions on the same terms and conditions.
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 for FW for Research & Evaluation for DCYA
Lot No:  3
II.2.2)

Additional CPV code(s)

73000000  -  Research and development services and related consultancy services
73100000  -  Research and experimental development services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73300000  -  Design and execution of research and development
79300000  -  Market and economic research; polling and statistics
79310000  -  Market research services
79315000  -  Social research services
79419000  -  Evaluation consultancy services
85300000  -  Social work and related services
85320000  -  Social services
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Children and Youth Affairs (the “Contracting Authority”) is issuing this request for tenders (“RFT”). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. The Office of Government Procurement (OGP) will be the contact office in relation to this public procurement competition.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). For the avoidance of doubt, services may be drawn down by agencies and bodies under the aegis of the contracting authority.
In summary, the Services comprise:
The following is a summary of the key service required from the successful Tenderer(s)
• A range of specialist research services and subject expertise in the field of children, youth and families.
• The delivery of a range of strategic research, data and evaluation objectives, as well as to support emerging and new research and evidence needs. First Five, for example, sets out over 20 research-related commitments for the period up to 2021, some of which will be externally commissioned. These range from small-scale scoping studies to large scale evaluations of The Department of Children and Youth Affairs programmes.
• The requisite subject matter and methodological expertise in respect of children and young people, to help meet the Department of Children and Youth Affairs research, data and evaluation needs.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Understanding of Framework Requirements  /  Weighting:  200
Quality criterion  -  Name:  Research Design & Overall Approach to the Tenderer selected Notional Project  /  Weighting:  300
Quality criterion  -  Name:  Contract & Project Management Controls Approach to the Tenderer selected Notional Project  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1400000.00  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 and subject to its obligations at law, to extend the Framework Term for a period or periods of up to 12 months with a maximum of 2 of such extensions on the same terms and conditions.
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 #178228).
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 #178228).
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 #178228).
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 #178228).
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 #178228).
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 #178228).

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:  90
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:  16/11/2020
Local time:  17:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  16/11/2020
Local time:  17:00

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

VI.4.3)

Review procedure

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