Contract notice

Information

Published

Date of dispatch of this notice: 18/01/2022

Expire date: 21/02/2022

External Reference: 2022-213845

TED Reference: 2022/S 015-034455

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Children, Equality, Disability, Integration and Youth
9805633H
Block 1, Miesian Plaza, 50-58 Baggot Street Lower,
Dublin
Dublin 2
IE
Contact person: Colm Flynn
NUTS code:  IE061 -  Dublin
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=205491&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

Bespoke Panel Agreement for the Provision of Accommodation Services and Related Services for Persons Seeking International Protection
Reference number:  IPPS Project 100-21
II.1.2)

Main CPV code

55110000  -  Hotel accommodation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the provision of accommodation services and related services for persons seeking international protection. This public procurement competition concerns the appointment of Tenderers to a Bespoke Panel Agreement for the provision of the services as described in this RFT.
In summary the Contracting Authority intends to put in place two (2) separate and distinct Panels under a Bespoke Panel Agreement based on accommodation type.
.The Contracting Authority intends to conduct this Competition in a fair, equitable and transparent manner in accordance with the requirements of the light touch regime as set out in the Regulations and in accordance with the methodologies defined in this RFT. The Competition will reopen periodically by being re-advertised on eTenders to accept new and additional Tenders for evaluation and admission of further panel members to the Bespoke Panel Agreements.
II.1.5)

Estimated total value

Value excluding VAT: 500000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

55100000  -  Hotel services
55130000  -  Other hotel services
55240000  -  Holiday centre and holiday home services
55241000  -  Holiday centre services
55250000  -  Letting services of short-stay furnished accommodation
55270000  -  Services provided by bed and breakfast establishments
55330000  -  Cafeteria services
55510000  -  Canteen services
55511000  -  Canteen and other restricted-clientele cafeteria services
55520000  -  Catering services
85311300  -  Welfare services for children and young people
85321000  -  Administrative social services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the provision of accommodation services and related services for persons seeking international protection. This public procurement competition concerns the appointment of Tenderers to a Bespoke Panel Agreement for the provision of the services as described in this RFT.
In summary the Contracting Authority intends to put in place two (2) separate and distinct Panels under a Bespoke Panel Agreement based on accommodation type with suitable Tenderers who submit a compliant bid and meet the selection and award criteria:
­ Type 1 Accommodation Panel: Accommodation for Singles and Couples in settings with communal facilities;
­ Type 2 Accommodation Panel: Self-contained own door units.
The Competition concerns social and other specific services as referred to in Annex XIV of Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and will be conducted in accordance with Regulations 74-77 of the European Union (Award of Public Authority Contracts) Regulations 2016 (S.I. 284/2016) (the “Regulations”). Accordingly this Competition is not subject to the full rules of the Regulations and the Contracting Authority has flexibility in the conduct of this Competition and any Bespoke Panel Agreement that may result from the Competition.
The Contracting Authority intends to conduct this Competition in a fair, equitable and transparent manner in accordance with the requirements of the light touch regime as set out in the Regulations and in accordance with the methodologies defined in this RFT.
The Competition will reopen periodically by being re-advertised on eTenders to accept new and additional Tenders for evaluation and admission of further panel members to the Bespoke Panel Agreements.
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: 500000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 34
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:  As set out in the tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As set out in the tender documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As set out in the tender documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As set out in the tender documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  21/02/2022
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  21/02/2022
Local time:  15:00

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

High Court
Dublin
7
IE