Contract notice

Information

Published

Date of dispatch of this notice: 19/01/2023

Expire date: 20/02/2023

External Reference: 2023-241392

TED Reference: 2023/S 017-046638

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Atlantic Technological University
IE3926731JH
Donegal Port Road
Letterkenny
Co.Donegal
IE
Contact person: Corinna Gavin
Telephone: +353 91742117
NUTS code:  IE042 -  West
Internet address(es):
Main address: https://www.atu.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=232446&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

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

ATU Single Operator Framework Agreement Banking Services
Reference number:  ATU Banking Services 2023
II.1.2)

Main CPV code

66110000  -  Banking services
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 framework agreement for the provision of a banking service to the University including the operation of university accounts. ATU will be using the Competitive Procedure with Negotiation. Please refer to the attached documentation for further information
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66100000  -  Banking and investment services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
Main site or place of performance:  
ATU Galway Mayo, ATU Sligo, ATU Donegal
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for the provision of a banking service to the University including the operation of university accounts. ATU will be using the Competitive Procedure with Negotiation. Please refer to the attached documentation for further information
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
All applications will be evaluated in line with the criteria and rules outlined in Appendix A. Responses will be scored and at least the top scoring three (3) qualifying applicants will be invited to tender, subject to that number meeting the minimum requirements.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The maximum duration of the framework agreement will be 4 (four) years with the option to extend for two further 3 (three) year periods, up to a maximum of 10 (ten) years, subject to satisfactory annual review of performance.
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.2.14)

Additional information

The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for the provision of a banking service to the University including the operation of university accounts.

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 attached documentation
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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 extended duration of the framework is justified on the grounds of the considerable disruption that a change within a shorter period would entail to business operation, and evolving change in banking service delivery, and transition of the three Contracting Authorities to becoming a Technological University (TU).
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  20/02/2023
Local time:  12:00
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.2)

Information about electronic workflows

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

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please refer to your legal advisors