Contract notice

Information

Published

Date of dispatch of this notice: 04/02/2022

Expire date: 22/03/2022

External Reference: 2022-211344

TED Reference: 2022/S 028-071853

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
Telephone: +353 17738000
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=206863&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

Multi Supplier Framework Agreement for the provision of Services related to the Receipt and Investigation of Protected Disclosures
Reference number:  PROJ000007083
II.1.2)

Main CPV code

79720000  -  Investigation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise of a range of third party investigative and recipient services to public bodies seeking to meet their obligations under the Protected Disclosures Act 2014, as amended.
The Framework Agreement will be divided into three lots (each a “Lot”) as described below. Each Lot will result in a separate Framework Agreement (each a Framework Agreement).
Lot 1: Full investigative services into an alleged wrong-doing disclosed under the 2014 Act (amended), including the review of such investigations
Lot 2: Full investigative services of allegations of penalisation or adverse treatment as a result of having made a disclosure of a wrongdoing made pursuant to the 2014 Act (amended), including the review of such investigations
Lot 3: Provision of a third party confidential recipient service pursuant to section 6(2) of the Protected Disclosures Act 2014, as amended (the “Confidential Recipient”)
II.1.5)

Estimated total value

Value excluding VAT: 1610000.00  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

Full investigative services into an alleged wrong-doing disclosed including review
Lot No:  1
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79100000  -  Legal services
79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
79315000  -  Social research services
79400000  -  Business and management consultancy and related services
79414000  -  Human resources management consultancy services
79422000  -  Arbitration and conciliation services
79633000  -  Staff development services
98200000  -  Equal opportunities consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 1: Full investigative services into an alleged wrong-doing disclosed under the 2014 Act (amended), including the review of such investigations
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderers Approach to Service Delivery to the Public Sector  /  Weighting:  190
Quality criterion  -  Name:  Quality of the Tenderer’s Approach to Contract Management  /  Weighting:  180
Quality criterion  -  Name:  Quality of the Tenderer’s approach to Governance and Data security  /  Weighting:  180
Quality criterion  -  Name:  Continuity of Services  /  Weighting:  50
Cost criterion  -  Name:  Total Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1350000.00  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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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

Full investigative services of allegations of penalisation or adverse treatment including review
Lot No:  2
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79100000  -  Legal services
79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
79315000  -  Social research services
79400000  -  Business and management consultancy and related services
79414000  -  Human resources management consultancy services
79422000  -  Arbitration and conciliation services
79633000  -  Staff development services
98200000  -  Equal opportunities consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2: Full investigative services of allegations of penalisation or adverse treatment as a result of having made a disclosure of a wrongdoing made pursuant to the 2014 Act (amended), including the review of such investigations
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderers Approach to Service Delivery to the Public Sector  /  Weighting:  190
Quality criterion  -  Name:  Quality of the Tenderer’s Approach to Contract Management  /  Weighting:  180
Quality criterion  -  Name:  Quality of the Tenderer’s approach to Governance and Data security  /  Weighting:  180
Quality criterion  -  Name:  Continuity of Services  /  Weighting:  50
Cost criterion  -  Name:  Total Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 80000.00  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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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

Provision of a third party confidential recipient service
Lot No:  3
II.2.2)

Additional CPV code(s)

79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79100000  -  Legal services
79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
79315000  -  Social research services
79400000  -  Business and management consultancy and related services
79414000  -  Human resources management consultancy services
79422000  -  Arbitration and conciliation services
79633000  -  Staff development services
98200000  -  Equal opportunities consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 3: Provision of a third party confidential recipient service pursuant to section 6(2) of the Protected Disclosures Act 2014, as amended (the “Confidential Recipient”)
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderers Approach to Service Delivery to the Public Sector  /  Weighting:  190
Quality criterion  -  Name:  Quality of the Tenderer’s Approach to Contract Management  /  Weighting:  180
Quality criterion  -  Name:  Quality of the Tenderer’s approach to Governance and Data security  /  Weighting:  180
Quality criterion  -  Name:  Continuity of Services  /  Weighting:  50
Cost criterion  -  Name:  Total Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 180000.00  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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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 (RFT 207288)
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 (RFT 207288)

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:  12
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 098-256921
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/03/2022
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

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

Conditions for opening of tenders

Date:  22/03/2022
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
Telephone: +353 18866000

VI.4.3)

Review procedure

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