Contract notice

Information

Published

Date of dispatch of this notice: 08/07/2021

Expire date: 20/08/2021

External Reference: 2021-296339

TED Reference: 2021/S 133-354079

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Public Expenditure and Reform
Dublin
Dublin
IE
Contact person: OGP Support
NUTS code:  IE -  IRELAND
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=192970&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

Subject Matter Experts to undertake an External Assurance and Review Process of Major Public Investment Projects (PAS118F)
Reference number:  PROJ000006454
II.1.2)

Main CPV code

79400000  -  Business and management consultancy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise:
The Department of Public Expenditure and Reform (DPER) is introducing an external assurance process for major public capital projects valued in excess of €100m involving independent peer reviews at two key decision gates in the project lifecycle focused on cost, risk, and ability to deliver. This work is being led by DPER’s National Investment Office. The process document and the review templates are attached to this RFT. The Phase 1 Report of the Review of the National Development Plan 2018-2027 is also linked for further background and context.1
The type of skills required to conduct the Reviews include expertise in: major project delivery, stakeholder management, risk assessment and management, major project development, commercial leadership, appraisal of major projects, and project management. Further detail is provided in the specification of requirements in section 2 of Appendix 1.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71310000  -  Consultative engineering and construction services
71313410  -  Risk or hazard assessment for construction
71318000  -  Advisory and consultative engineering services
71321100  -  Construction economics services
71500000  -  Construction-related services
71530000  -  Construction consultancy services
71541000  -  Construction project management services
72224000  -  Project management consultancy services
79311410  -  Economic impact assessment
79421000  -  Project-management services other than for construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Services comprise:
The Department of Public Expenditure and Reform (DPER) is introducing an external assurance process for major public capital projects valued in excess of €100m involving independent peer reviews at two key decision gates in the project lifecycle focused on cost, risk, and ability to deliver. This work is being led by DPER’s National Investment Office. The process document and the review templates are attached to this RFT. The Phase 1 Report of the Review of the National Development Plan 2018-2027 is also linked for further background and context.1
The type of skills required to conduct the Reviews include expertise in: major project delivery, stakeholder management, risk assessment and management, major project development, commercial leadership, appraisal of major projects, and project management. Further detail is provided in the specification of requirements in section 2 of Appendix 1.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  1. Quality of approach to the provision of expert resources  /  Weighting:  100
Quality criterion  -  Name:  2. Quality of approach to service delivery methodology  /  Weighting:  100
Cost criterion  -  Name:  3. Cost (Maximum Daily Rate)  /  Weighting:  100
II.2.6)

Estimated value

Value excluding VAT: 5000000.00  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.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Any Framework Agreement that may result from this Competition will (subject to paragraph 1.6, if applicable, be for a term of 36 months (“the Term”).
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 1 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 consult the RFT documentation for this competition (RFT 194175)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 194175)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 194175)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 194175)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 194175)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 194175)

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:  50
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:  20/08/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  20/08/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please consult the RFT documentation for this competition (RFT 194175)
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.