Contract notice

Information

Published

Date of dispatch of this notice: 22/01/2021

Expire date: 25/02/2021

External Reference: 2021-269310

TED Reference: 2021/S 018-041798

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: OGP Support
Telephone: +76 1008000
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=181575&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 Debt Management Services
Reference number:  PROJ000006158
II.1.2)

Main CPV code

79940000  -  Collection agency services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minster for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). 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. References to the Contracting Authority will be deemed to include the OGP.The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement for the provision of Debt Management Services more particularly defined at 1.3 below and in Appendix 1 to this RFT (the “Services”).
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers may apply for Lot 1 and / or Lot 2. Tenderers who are awarded a place on both Lots 1 and 2 will automatically be awarded a place on Lot 3 without the need to apply for a place on this Lot.
II.2)

Description

II.2.1)

Title

Specialist Pre Legal Debt Management Services
Lot No:  1
II.2.2)

Additional CPV code(s)

79100000  -  Legal services
79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

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

Description of the procurement

The Minster for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). 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. References to the Contracting Authority will be deemed to include the OGP.The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement for the provision of Debt Management Services more particularly defined at 1.3 below and in Appendix 1 to this RFT (the “Services”).In summary, the Services comprise of :
The establishment of a National Framework of suitably qualified Tenderers capable of delivering debt management services to public sector entities as requirements arise, in compliance with all relevant legislation and best practise.
These Tenderers will contribute towards the efficient management of public sector debt and the standardisation of the approach to the collection of the data required to enable further future improvements in efficiency and effectiveness.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Innovation, Continuous Improvement and Added Value  /  Weighting:  100
Quality criterion  -  Name:  IT Systems, Data Security and Access  /  Weighting:  100
Quality criterion  -  Name:  Reliability and Continuity of Service  /  Weighting:  100
Quality criterion  -  Name:  Key Personnel, Practises, Systems Technologies and Management Information  /  Weighting:  150
Quality criterion  -  Name:  Quality Control and Quality Assurance  /  Weighting:  150
Quality criterion  -  Name:  Governance and Professional and Ethical Standards  /  Weighting:  150
Cost criterion  -  Name:  Cost  /  Weighting:  250
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  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

Legal Debt Management Services
Lot No:  2
II.2.2)

Additional CPV code(s)

79100000  -  Legal services
79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

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

Description of the procurement

The Minster for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). 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. References to the Contracting Authority will be deemed to include the OGP.The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement for the provision of Debt Management Services more particularly defined at 1.3 below and in Appendix 1 to this RFT (the “Services”).In summary, the Services comprise of :
The establishment of a National Framework of suitably qualified Tenderers capable of delivering debt management services to public sector entities as requirements arise, in compliance with all relevant legislation and best practise.
These Tenderers will contribute towards the efficient management of public sector debt and the standardisation of the approach to the collection of the data required to enable further future improvements in efficiency and effectiveness.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Innovation, Continuous Improvement and Added Value  /  Weighting:  100
Quality criterion  -  Name:  IT Systems, Data Security and Access  /  Weighting:  100
Quality criterion  -  Name:  Reliability and Continuity of Service  /  Weighting:  100
Quality criterion  -  Name:  Key Personnel, Practices, Systems Technologies and Management Information  /  Weighting:  150
Quality criterion  -  Name:  Quality Control and Quality Assurance  /  Weighting:  150
Quality criterion  -  Name:  Governance and Professional and Ethical Standards  /  Weighting:  150
Cost criterion  -  Name:  Cost  /  Weighting:  250
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  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

Full Debt Management Services (Specialist & Legal
Lot No:  3
II.2.2)

Additional CPV code(s)

79100000  -  Legal services
79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

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

Description of the procurement

The Minster for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). 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. References to the Contracting Authority will be deemed to include the OGP.The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement for the provision of Debt Management Services more particularly defined at 1.3 below and in Appendix 1 to this RFT (the “Services”).In summary, the Services comprise of :
The establishment of a National Framework of suitably qualified Tenderers capable of delivering debt management services to public sector entities as requirements arise, in compliance with all relevant legislation and best practise.
These Tenderers will contribute towards the efficient management of public sector debt and the standardisation of the approach to the collection of the data required to enable further future improvements in efficiency and effectiveness.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Innovation, Continuous Improvement and Added Value  /  Weighting:  100
Quality criterion  -  Name:  IT Systems, Data Security and Access  /  Weighting:  100
Quality criterion  -  Name:  Reliability and Continuity of Service  /  Weighting:  100
Quality criterion  -  Name:  Key Personnel, Practices, Systems Technologies and Management Information  /  Weighting:  150
Quality criterion  -  Name:  Quality Control and Quality Assurance  /  Weighting:  150
Quality criterion  -  Name:  Governance and Professional and Ethical Standards  /  Weighting:  150
Cost criterion  -  Name:  cost  /  Weighting:  250
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  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.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 # 183396
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 # 183396
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 # 183396
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 # 183396
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 # 183396
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 # 183396

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:  40
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 193-466513
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/02/2021
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  25/02/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie RFT # 183396
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

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