Contract notice

Information

Published

Date of dispatch of this notice: 17/12/2020

Expire date: 22/01/2021

External Reference: 2020-220587

TED Reference: 2020/S 249-619792

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dept of Transport, Tourism & Sport
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
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=180059&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

Pre Qualification Questionnaire Supply of Vehicle Registration Certs for the Department of Transport, Tourism and Sport
Reference number:  PROJ000006791
II.1.2)

Main CPV code

22450000  -  Security-type printed matter
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Minister for Transport, Tourism and Sport is issuing this Pre-Qualification Questionnaire (the ”PQQ”) to call for requests from economic operators to participate in a competition (“the Competition”) to be conducted in accordance with the restricted procedure under the European Union (Award of Public Authority Contracts) Regulations 2016 (Statutory Instrument 284 of 2016) (the “Regulations”). The ultimate purpose of the Competition is the award of a contract (the “Goods Contract”)] for the provision the Supply, Printing and Secure Delivery of Vehicle Registration Certificates (RF101's).
The work comprised in the contract consists of the supply of all materials and printing of High Security Certificates on behalf of the Driver and Vehicle Computer Goods Division (DVCSD) of the Department of Transport, Tourism and Sport. The Office of Government Procurement acting on behalf of the DVCSD are seeking a high level security printer to supply Vehicle Registration certificates.
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79800000  -  Printing and related 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 Transport, Tourism and Sport (“the Contracting Authority”) is issuing this Pre-Qualification Questionnaire (the ”PQQ”) to call for requests from economic operators (“Candidates”) to participate in a competition (“the Competition”) to be conducted in accordance with the restricted procedure under the European Union (Award of Public Authority Contracts) Regulations 2016 (Statutory Instrument 284 of 2016) (the “Regulations”). The ultimate purpose of the Competition is the award of a contract (the “Goods Contract”)] for the provision the Supply, Printing and Secure Delivery of Vehicle Registration Certificates (RF101's).
The work comprised in the contract consists of the supply of all materials and printing of High Security Certificates on behalf of the Driver and Vehicle Computer Goods Division (DVCSD) of the Department of Transport, Tourism and Sport. The Office of Government Procurement acting on behalf of the DVCSD are seeking a high level security printer to supply Vehicle Registration certificates.
Delivery is to one location: DVCSD, Shannon, Co. Clare, Ireland.
In summary, the Goods comprise the supply, printing and secure delivery of Vehicle Registration Certificates (RF101’s) (an estimated quantity of 4.5 million over a three year term) as set out below, (1.5 & 1.6):
Supply of all materials and printing of high security certificates on behalf of the Driver Vehicle Computer Goods Division (DVCSD).
Supply an estimated total of 4.5 million certificates over a period of 3 years supplied in batch order quantities of 500,000 certificates.
High Security Design in accordance with EU Directives. Certificate size: 200mm x 355mm (finished size).
Candidates must be a registered and approved security printer and use Drewsens’ (or equivalent) security paper mill for the supply of security papers.
Delivery must be door to door using CIT (Cash in Transit) armoured delivery vehicle with lifting tailgate facilities – no hubbing. Electronic tagging and/or GPS tracking of all deliveries is required.
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: 750000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
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 to extend the Term for a period or periods of up to [12] months with a maximum of [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 seven (5) 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 #182006).
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 #182006).
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 #182006).
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 #182006).
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 #182006).
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 #182006).

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  22/01/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 22/02/2021
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 : 9  (from the date stated for receipt of tender)

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

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