Contract notice

Information

Published

Date of dispatch of this notice: 20/01/2022

Expire date: 22/04/2027

External Reference: 2022-231510

TED Reference: 2022/S 017-041241

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
NUTS code:  IE -  IRELAND
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=205697&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

Dynamic Purchasing System for the Provision of Procurement Consultancy Services to Public Sector Bodies in Ireland
Reference number:  PROJ000007231 - PAS120F
II.1.2)

Main CPV code

79418000  -  Procurement consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services shall comprise of:
The DPS will be divided into five (5) Categories (each a “Category”) as described below.
Category 1 – Procurement Consultancy Services for Public Procurement Tendering Support and General Public Procurement Information and Best Practice.
Category 2 – Procurement Consultancy Services for Public Procurement Strategy.
Category 3 – Procurement Consultancy Services for Public Procurement Training and Development.
Category 4 – Multi Category Procurement Consultancy Services Provision: Typical services required under this Category may include a combination of requirements covered under Categories 1, 2 and 3, where the Contracting Authority requires a Single Service Provider to deliver an integrated suite of services. Such requirements may include all of, or a combination of services under Categories 1, 2 and 3.
Category 5 – Procurement Consultancy Services for Public Works and Public Works Related Procurement.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

C1 Procurement Consultancy Services Public Procurement Tendering Support, General Public Procurement Information, Best Practice
Lot No:  1
II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79419000  -  Evaluation consultancy services
80000000  -  Education and training services
80500000  -  Training services
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 shall comprise of:
The DPS will be divided into five (5) Categories (each a “Category”) as described below.
Category 1 – Procurement Consultancy Services for Public Procurement Tendering Support and General Public Procurement Information and Best Practice.
Category 2 – Procurement Consultancy Services for Public Procurement Strategy.
Category 3 – Procurement Consultancy Services for Public Procurement Training and Development.
Category 4 – Multi Category Procurement Consultancy Services Provision: Typical services required under this Category may include a combination of requirements covered under Categories 1, 2 and 3, where the Contracting Authority requires a Single Service Provider to deliver an integrated suite of services. Such requirements may include all of, or a combination of services under Categories 1, 2 and 3.
Category 5 – Procurement Consultancy Services for Public Works and Public Works Related Procurement.
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: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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 DPS that may result from this Competition will, subject to paragraph 1.9 below, have a period of validity of 5 years from the Establishment Date of the DPS
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

C2 Procurement Consultancy Services for Public Procurement Strategy
Lot No:  2
II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79419000  -  Evaluation consultancy services
80000000  -  Education and training services
80500000  -  Training services
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

The DPS will be divided into five (5) Categories (each a “Category”) as described below.
Category 1 – Procurement Consultancy Services for Public Procurement Tendering Support and General Public Procurement Information and Best Practice.
Category 2 – Procurement Consultancy Services for Public Procurement Strategy.
Category 3 – Procurement Consultancy Services for Public Procurement Training and Development.
Category 4 – Multi Category Procurement Consultancy Services Provision: Typical services required under this Category may include a combination of requirements covered under Categories 1, 2 and 3, where the Contracting Authority requires a Single Service Provider to deliver an integrated suite of services. Such requirements may include all of, or a combination of services under Categories 1, 2 and 3.
Category 5 – Procurement Consultancy Services for Public Works and Public Works Related Procurement.
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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 DPS that may result from this Competition will, subject to paragraph 1.9 below, have a period of validity of 5 years from the Establishment Date of the DPS
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

C3 Procurement Consultancy Services for Public Procurement Training and Development
Lot No:  3
II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79419000  -  Evaluation consultancy services
80000000  -  Education and training services
80500000  -  Training services
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

The DPS will be divided into five (5) Categories (each a “Category”) as described below.
Category 1 – Procurement Consultancy Services for Public Procurement Tendering Support and General Public Procurement Information and Best Practice.
Category 2 – Procurement Consultancy Services for Public Procurement Strategy.
Category 3 – Procurement Consultancy Services for Public Procurement Training and Development.
Category 4 – Multi Category Procurement Consultancy Services Provision: Typical services required under this Category may include a combination of requirements covered under Categories 1, 2 and 3, where the Contracting Authority requires a Single Service Provider to deliver an integrated suite of services. Such requirements may include all of, or a combination of services under Categories 1, 2 and 3.
Category 5 – Procurement Consultancy Services for Public Works and Public Works Related Procurement.
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: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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 DPS that may result from this Competition will, subject to paragraph 1.9 below, have a period of validity of 5 years from the Establishment Date of the DPS
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

C4 Multi Category Procurement Consultancy Services Provision
Lot No:  4
II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79419000  -  Evaluation consultancy services
80000000  -  Education and training services
80500000  -  Training services
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

The DPS will be divided into five (5) Categories (each a “Category”) as described below.
Category 1 – Procurement Consultancy Services for Public Procurement Tendering Support and General Public Procurement Information and Best Practice.
Category 2 – Procurement Consultancy Services for Public Procurement Strategy.
Category 3 – Procurement Consultancy Services for Public Procurement Training and Development.
Category 4 – Multi Category Procurement Consultancy Services Provision: Typical services required under this Category may include a combination of requirements covered under Categories 1, 2 and 3, where the Contracting Authority requires a Single Service Provider to deliver an integrated suite of services. Such requirements may include all of, or a combination of services under Categories 1, 2 and 3.
Category 5 – Procurement Consultancy Services for Public Works and Public Works Related Procurement.
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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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 DPS that may result from this Competition will, subject to paragraph 1.9 below, have a period of validity of 5 years from the Establishment Date of the DPS
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

C5 Procurement Consultancy Services for Public Works and Public Works Related Procurement
Lot No:  5
II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79419000  -  Evaluation consultancy services
80000000  -  Education and training services
80500000  -  Training services
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

The DPS will be divided into five (5) Categories (each a “Category”) as described below.
Category 1 – Procurement Consultancy Services for Public Procurement Tendering Support and General Public Procurement Information and Best Practice.
Category 2 – Procurement Consultancy Services for Public Procurement Strategy.
Category 3 – Procurement Consultancy Services for Public Procurement Training and Development.
Category 4 – Multi Category Procurement Consultancy Services Provision: Typical services required under this Category may include a combination of requirements covered under Categories 1, 2 and 3, where the Contracting Authority requires a Single Service Provider to deliver an integrated suite of services. Such requirements may include all of, or a combination of services under Categories 1, 2 and 3.
Category 5 – Procurement Consultancy Services for Public Works and Public Works Related Procurement.
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: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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 DPS that may result from this Competition will, subject to paragraph 1.9 below, have a period of validity of 5 years from the Establishment Date of the DPS
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 RFATP documentation for this competition (RFT 206203)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFATP documentation for this competition (RFT 206203)
Minimum level(s) of standards possibly required:  
Please consult the RFATP documentation for this competition (RFT 206203)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFATP documentation for this competition (RFT 206203)
Minimum level(s) of standards possibly required:  
Please consult the RFATP documentation for this competition (RFT 206203)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFATP documentation for this competition (RFT 206203)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2021/S 207-541799
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/04/2027
Local time:  13:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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
Telephone: +353 18866000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.