Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2020

Expire date: 25/01/2021

External Reference: 2020-265925

TED Reference: 2020/S 251-630883

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: Tender Operations
Telephone: +353 761008000
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=180415&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

Framework for the Fleet Servicing and Maintenance for the Irish Public Sector for OGP
Reference number:  PROJ000006541
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
II.1.5)

Estimated total value

Value excluding VAT: 36000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50100000  -  Repair, maintenance and associated services of vehicles and related equipment
50110000  -  Repair and maintenance services of motor vehicles and associated equipment
50111000  -  Fleet management, repair and maintenance services
50112000  -  Repair and maintenance services of cars
50112200  -  Car maintenance services
50116200  -  Repair and maintenance services of vehicle brakes and brake parts
50116300  -  Repair and maintenance services of vehicle gearboxes
50116400  -  Repair and maintenance services of vehicle transmissions
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (the “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise of:
The provision of high-quality servicing, mechanical repair and maintenance of Irish Public Sector fleet vehicles including cars and Light Commercial Vehicles, with a requirement for multiple servicing locations nationwide in order to accommodate various Framework Clients.
The required services for this Framework Contract include, but are not limited to:
-receipt of vehicle;
-completion of a Vehicle Health Check to identify defects –mechanical, electrical, auxiliary equipment and Conspicuity markings (where applicable);
-referral of defects to Framework Clients online for authorisation to carry out rectification prior to commencing rectification;
-upon receipt of approval from the relevant Framework Client, rectification using manufacturer’s recommended parts and work methods;
-Quality check before the vehicle is released back to the relevant Framework Client to ensure it is fit and safe for purpose.
-A vehicle service scheduling service is also required.
-An Online Processing System
-Central Billing
-Fleet data capture and online upload to Fleet Management Systems
It is intended that the successful applicant will be able to supply a nationwide network of franchise garages capable of maintaining a varied fleet of vehicles to manufacturer’s standards.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s Methodology for Management of Service, Key Personnel and Management Information  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposed Methodology for Management and Administration  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies.  /  Weighting:  50
Quality criterion  -  Name:  Number of Overall Service Outlets  /  Weighting:  50
Quality criterion  -  Name:  Certified to ISO/IEC 27001 (Information Security) or equivalent  /  Weighting:  25
Quality criterion  -  Name:  Certified to ISO 9001 (Quality Management System) or equivalent  /  Weighting:  25
Cost criterion  -  Name:  Cost – Hourly Labour Rate  /  Weighting:  325
Cost criterion  -  Name:  Cost – Parts discount  /  Weighting:  325
II.2.6)

Estimated value

Value excluding VAT: 36000000.00  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 Client reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions permitted subject to its obligations at law.
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 refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #182337).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #182337).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #182337).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #182337).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #182337).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #182337).

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 a single operator
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:  25/01/2021
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:  25/01/2021
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

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

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