Contract notice

Information

Published

Date of dispatch of this notice: 12/05/2015

Expire date: 29/06/2015

External Reference: 2015-661962

TED Reference: 2015/S 094-170411

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
N/A
80 St Stephen's Green
Dublin 2  Dublin
IE
Contact point(s): Finance Unit
For the attention of: John Histon
Telephone: +353 61774002
E-mail: consultants.tenders@dfa.ie
Internet address(es):
General address of the contracting authority: http://www.dfa.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/246
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88115&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=88115&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

A Framework for the provision of International Courier Services

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No4:  Transport of mail by land [3] and by air 
    Main site or location of works, place of delivery or of performance:
    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 3
    Duration of the framework agreement
    Duration in years: 4
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 1200000  EUR
    Frequency and value of the contracts to be awarded:

    Contract is for one year with an option to extend for up to four years subject to an annual review

    II.1.5)

    Short description of the contract or purchase(s)

    The Department has a requirement for the provision of secure, reliable, and cost-

    effective international courier services for outbound and inbound mail, to and from

    its headquarters offices in Dublin and Limerick and its network of missions and

    honorary consulates worldwide. The services will be required on both a

    scheduled and ad hoc basis, and will normally require “door-to-door” collection

    from and delivery to the Department’s headquarters offices in Dublin (6 locations

    in D1&2; 1 location in D 11) and Limerick, as well as from its offices in Balbriggan

    and Cork. Typical scheduled deliveries will include diplomatic mail as well as

    documents, parcels and other items. Collections from Dublin to missions are

    likely to be on a daily basis, the exact roster and mission schedule will be

    dependent on successful tenderers. Collections from Dublin for delivery to

    Honorary Consulates are generally less frequent. There will be an ongoing

    requirement for occasional special items to be delivered on an ad hoc basis to all

    destinations as required, and also as required for express deliveries for more

    urgent items. There may also be a requirement to assign a personal courier to

    escort confidential documents, but this should constitute less than 2% of total

    business.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    64120000   Courier services
    Supplementary vocabulary
    60161000   Parcel transport services
    64000000   Postal and telecommunications services
    64100000   Post and courier services
    64110000   Postal services
    64112000   Postal services related to letters
    64113000   Postal services related to parcels
    64121000   Multi-modal courier services
    64121200   Parcel delivery services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  all lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The Department has a requirement for the provision of secure, reliable, and cost-effective international courier services for outbound and inbound mail, to and from its headquarters offices in Dublin and Limerick and its network of missions and honorary consulates worldwide. The services will be required on both a scheduled and ad hoc basis, and will normally require “door-to-door” collection from and delivery to the Department’s headquarters offices in Dublin (6 locations in D1&2; 1 location in D 11) and Limerick, as well as from its offices in Balbriggan and Cork. Typical scheduled deliveries will include diplomatic mail as well as documents, parcels and other items. Collections from Dublin to missions are likely to be on a daily basis, the exact roster and mission schedule will be dependent on successful tenderers. Collections from Dublin for delivery to Honorary Consulates are generally less frequent. There will be an ongoing requirement for occasional special items to be delivered on an ad hoc basis to all destinations as required, and also as required for express deliveries for more urgent items. There may also be a requirement to assign a personal courier to escort confidential documents, but this should constitute less than 2% of total business.

    Estimated cost excluding VAT: 1200000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    The contract is for one year, with an option to extend to a maximum of four years, subject to annual review

    Provisional timetable for recourse to these options:
    in months: 48 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Outbound from Ireland
    1)

    Short description:

    Lot A Outbound (from Ireland) is for international courier services for outbound mail, from its headquarters offices in Dublin and Limerick to its network of missions and honorary consulates worldwide. The services will be required on both a scheduled and ad hoc basis, and will normally require “door-to-door” collection from and delivery to the Department’s headquarters offices in Dublin (6 locations in D1&2; 1 location in D 11) and Limerick, as well as from its offices in Balbriggan and Cork. Typical scheduled deliveries will include diplomatic mail as well as documents, parcels and other items. Collections from Dublin to missions are likely to be on a daily basis, the exact roster and mission schedule will be dependent on successful tenderers.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    64120000   Courier services
    Supplementary vocabulary
    60161000   Parcel transport services
    64000000   Postal and telecommunications services
    64100000   Post and courier services
    64110000   Postal services
    64112000   Postal services related to letters
    64113000   Postal services related to parcels
    64121000   Multi-modal courier services
    64121200   Parcel delivery services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Inbound to Ireland
    1)

    Short description:

    Lot B Inbound (to Ireland) is for international courier services for inbound mail, to its headquarters offices in Dublin and Limerick from its network of missions and honorary consulates worldwide. The services will be required on both a scheduled and ad hoc basis, and will normally require “door-to-door” collection to the Department’s headquarters offices in Dublin (6 locations in D1&2; 1 location in D 11) and Limerick. Typical scheduled deliveries will include diplomatic mail as well as documents, parcels and other items.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    64120000   Courier services
    Supplementary vocabulary
    60161000   Parcel transport services
    64000000   Postal and telecommunications services
    64100000   Post and courier services
    64110000   Postal services
    64112000   Postal services related to letters
    64113000   Postal services related to parcels
    64121000   Multi-modal courier services
    64121200   Parcel delivery services
    3)

    Quantity or scope:

    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please see RFT and attached documents

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please see RFT and attached documents

    Minimum level(s) of standards possibly required:

    Please see RFT and attached documents

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please see RFT and attached documents

    Minimum level(s) of standards possibly required:

    Please see RFT and attached documents

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    2015

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 26.06.2015 - 11:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    29.06.2015 - 17:30
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Date: 30.06.2015 - 16:00
    Place: 
    Department of Foreign Affairs and Trade
    Dublin
    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Please see RFT and attached documents

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The Registar
    The High Court, Four Courts
    Dublin 7
    IE
    Telephone: +353 18886000
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    please consult your legal advisor

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    The Registrar
    Central office of the High Court, Ground Floor (East Wing), Inns Quay, Four Courts
    Dublin 7
    IE
    Telephone: +353 18886000
    Internet address: