Services - 41241-2022

25/01/2022    S17

Ireland-Dublin: Procurement consultancy services

2022/S 017-041241

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Office of Government Procurement
National registration number: IE3229842HH
Postal address: 3A Mayor Street Upper
Town: Dublin 1. D01 PF72.
NUTS code: IE Éire / Ireland
Postal code: Dublin
Country: Ireland
Contact person: OGP Support
E-mail: support@ogp.gov.ie
Internet address(es):
Main address: http://www.ogp.gov.ie/
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/351
I.2)Information about 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 electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=205697&B=ETENDERS_SIMPLE
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: 20 000 000.00 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 Éire / 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: 8 000 000.00 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.2.14)Additional information
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 Éire / 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: 4 000 000.00 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.2.14)Additional information
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 Éire / 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: 3 000 000.00 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.2.14)Additional information
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 Éire / 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: 2 000 000.00 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.2.14)Additional information
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 Éire / 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: 3 000 000.00 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.2.14)Additional information

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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: The High Court of Ireland
Town: Dublin
Country: Ireland
Telephone: +353 18866000
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult your own legal advisors.

VI.5)Date of dispatch of this notice:
20/01/2022