Contract notice

Information

Published

Date of dispatch of this notice: 22/05/2020

Expire date: 22/06/2020

External Reference: 2020-259712

TED Reference: 2020/S 102-246275

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Pensions Authority
9584039R
Verschoyle House
Dublin 2
28/30 Lower Mount St
IE
Contact person: Catherine Mc Auley
Telephone: +353 858051165
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=167408&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

Other activity:  An independent statutory body responsible for the regulation of occupational pension schemes.

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

RFT to establish a multi-supplier framework agreement for Multi Supplier Framework Agreement for the provision of Forensic Accounting, eDiscovery and Related Services
Reference number:  PA-Forensic Accountancy-2020
II.1.2)

Main CPV code

79211000  -  Accounting services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking service providers to supply the following services to support its investigation work:
• Planning and conducting investigations
• Forensic accountancy
• eDiscovery
• Reporting and litigation support
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66152000  -  Financial market regulatory services
66520000  -  Pension services
71319000  -  Expert witness services
72316000  -  Data analysis services
79100000  -  Legal services
79200000  -  Accounting, auditing and fiscal services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212110  -  Corporate governance rating services
79212300  -  Statutory audit services
79212500  -  Accounting review services
79720000  -  Investigation services
79900000  -  Miscellaneous business and business-related services
79210000  -  Accounting and auditing services
79211000  -  Accounting services
79212400  -  Fraud audit services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 2, Ireland
II.2.4)

Description of the procurement

The Authority is seeking service providers to supply the following services to support its investigation work:
• Planning and conducting investigations
• Forensic accountancy
• eDiscovery
• Reporting and litigation support
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of service proposal  /  Weighting:  350
Quality criterion  -  Name:  Contract management, quality and continuity of service and qualifications, experience and expertise of the proposed personnel  /  Weighting:  350
Price  -  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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:  Selection criteria as stated in the procurement documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents.
Minimum level(s) of standards possibly required:  
Selection criteria as stated in the procurement documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See RFT documentation.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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:  5
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:  22/06/2020
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:  22/09/2020
IV.2.7)

Conditions for opening of tenders

Date:  22/06/2020
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
The Four Courts, Inns Quay, Dublin 7
Dublin 7
IE
Internet address: http://www.courts.ie