Contract notice

Information

Published

Date of dispatch of this notice: 13/03/2023

Expire date: 13/04/2023

External Reference: 2023-284610

TED Reference: 2023/S 055-159706

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Treatment Purchase Fund
N/A
Ashford House
Dublin
Tara Street
IE
Contact person: Michael Curran
Telephone: +353 16427101
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.ntpf.ie

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=237119&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

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Qualification Questionnaire for establishing a Single Party Framework Agreement for the Provision of Multi Channel Communication Services
Reference number:  CSU0323
II.1.2)

Main CPV code

64112000  -  Postal services related to letters
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to engage in a competitive process for the establishment of a single party framework agreement for the provision of Multi-Channel Communication (MCC) Services comprising:
- All types of communication:
o Post (essential)
o Text (SMS)
o Email
o Portal
o Other digital innovations (now and in the future)
- End to end managed service (including pro-active service management/monitoring)
- Communication management and reporting system
- Other relevant services which may arise through changes in NTPF obligations or functions and;
- Delivery models which evolve through innovative developments and practices
II.1.5)

Estimated total value

Value excluding VAT: 16000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

48311100  -  Document management system
48333000  -  Contact management software package
48500000  -  Communication and multimedia software package
48810000  -  Information systems
48811000  -  E-mail system
64110000  -  Postal services
64212100  -  Short Message Service (SMS) services
64216000  -  Electronic message and information services
64216200  -  Electronic information services
72212333  -  Contact management software development services
72212500  -  Communication and multimedia software development services
72222300  -  Information technology services
72314000  -  Data collection and collation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 2
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of a single party framework agreement for the provision of Multi-Channel Communication (MCC) Services comprising:
- All types of communication:
o Post (essential)
o Text (SMS)
o Email
o Portal
o Other digital innovations (now and in the future)
- End to end managed service (including pro-active service management/monitoring)
- Communication management and reporting system
- Other relevant services which may arise through changes in NTPF obligations or functions and;
- Delivery models which evolve through innovative developments and practices
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: 16000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be established for a period of ten (10) years as catered for in certain circumstances in accordance with Art. 33.1 of Directive 2014/24/EU.
It should be noted that the initial contract will be for a period of three (3) years. Additional contracts may be awarded over the life of the framework and may extend beyond the period of the framework.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As detailed in Appendix A of the PQQ documentation
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:  The Contracting Authority is seeking to engage a service provider with a proven track record of a multi-channel communication services to facilitate a number of different communication channels to allow the Contracting Authority to contact patients and record responses.
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.2.3)

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

Competitive dialogue
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  The reason for the extended duration beyond the standard 4 years is to take account of the evolution of the service delivery model required over an extended period, the degree of embeddedness within the Contracting Authority and associated stakeholders (hospitals) and difficulty to change associated with a shorter framework.
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 169-477755
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/04/2023
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/04/2023
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 : 36  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE
Internet address: www.courts.ie