Contract notice

Information

Published

Date of dispatch of this notice: 03/03/2023

Expire date: 06/04/2023

External Reference: 2023-215957

TED Reference: 2023/S 048-140037

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Financial Services and Pensions Ombudsman
N/A
Lincoln House
Dublin 2
Lincoln Place
IE
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.fspo.ie

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=235441&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

Body governed by public law
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Establishment of a Multi-Party Framework Agreement for the provision of Legal Advisory Services and related Litigation Services
Reference number:  FSPO03032023
II.1.2)

Main CPV code

79110000  -  Legal advisory and representation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The establishment of a multi-party Framework Agreement for Legal advisory services and related litigation services, to include statutory appeals, judicial review proceedings and enforcement actions, as set out in more detail in the tender documents.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79100000  -  Legal services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The establishment of a multi-party Framework Agreement for Legal advisory services and related litigation services, to include statutory appeals, judicial review proceedings and enforcement actions, as set out in more detail in the tender documents.
FSPO requires legal advisory services and all related litigation services including statutory appeals and judicial review proceedings.
• Legal advisory services and all related litigation services in relation to:
1. Statutory Appeals of Decisions of the FSPO under s64 of the FSPO Act.
2. Judicial Review proceedings or other applications to the Court, arising from the FSPO Act or otherwise.
3. Enforcement actions under s65 of the FSPO Act.
• Legal advisory services on the FSPO’s statutory functions and powers under the FSPO Act.
• Legal advisory services on all relevant laws or other instruments, which may impact upon the work and functions of the FSPO. This includes, but is not limited to, Domestic Legislation (Acts and statutory instruments), European Legislation (Directives and Regulations), Guidelines, Codes and Standards and advice on any public consultation process.
• Legal advisory services on FSPO procedures including, but not limited to, process reviews, standard operating procedures (SOPs) and guidelines.
• Legal advisory services on FSPO communications. This includes but is not limited to reports, publications, letters, memoranda, emails, correspondence, agreements and documents arising from the work and functions of the FSPO.
• Other advice and legal support, including future assignments/secondments to the FSPO as required, arising from the functions and role of the FSPO generally and/or as specific legal issues may arise from time to time.
For the avoidance of doubt, pre-existing assignments/secondments to the FSPO for the provision of the above services will not be affected by the establishment of a multi-party Framework Agreement for Legal advisory services and related litigation services. Pre-existing assignments/secondments will remain in place in accordance with any existing agreement.
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
Any Framework Agreement that may result from this competition will be for an initial period of two (2) years. The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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 be for an initial period of two (2) years. The Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law.
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
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition

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:  4
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:  06/04/2023
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

Tender must be valid until:  06/10/2023
IV.2.7)

Conditions for opening of tenders

Date:  06/04/2023
Local time:  12:00

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 with your own legal advisors