Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Department of Children, Equality, Disability, Integration and Youth
National registration number: 9805633H
Postal address: Block 1, Miesian Plaza, 50-58 Baggot Street Lower,
Town: Dublin
NUTS code: IE061 Dublin
Postal code: Dublin 2
Country: Ireland
Contact person: Colm Flynn
E-mail: Colm.Flynn@equality.gov.ie
Internet address(es):
Main address: https://www.gov.ie/en/organisation/department-of-children-equality-disability-integration-and-youth/
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/324
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationThe 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=205491&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=205491&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Bespoke Panel Agreement for the Provision of Accommodation Services and Related Services for Persons Seeking International Protection
Reference number: IPPS Project 100-21
II.1.2)Main CPV code55110000 Hotel accommodation services
II.1.3)Type of contractServices
II.1.4)Short description:
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the provision of accommodation services and related services for persons seeking international protection. This public procurement competition concerns the appointment of Tenderers to a Bespoke Panel Agreement for the provision of the services as described in this RFT.
In summary the Contracting Authority intends to put in place two (2) separate and distinct Panels under a Bespoke Panel Agreement based on accommodation type.
.The Contracting Authority intends to conduct this Competition in a fair, equitable and transparent manner in accordance with the requirements of the light touch regime as set out in the Regulations and in accordance with the methodologies defined in this RFT. The Competition will reopen periodically by being re-advertised on eTenders to accept new and additional Tenders for evaluation and admission of further panel members to the Bespoke Panel Agreements.
II.1.5)Estimated total valueValue excluding VAT: 500 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)55100000 Hotel services
55130000 Other hotel services
55240000 Holiday centre and holiday home services
55241000 Holiday centre services
55250000 Letting services of short-stay furnished accommodation
55270000 Services provided by bed and breakfast establishments
55330000 Cafeteria services
55510000 Canteen services
55511000 Canteen and other restricted-clientele cafeteria services
55520000 Catering services
85311300 Welfare services for children and young people
85321000 Administrative social services
II.2.3)Place of performanceNUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the provision of accommodation services and related services for persons seeking international protection. This public procurement competition concerns the appointment of Tenderers to a Bespoke Panel Agreement for the provision of the services as described in this RFT.
In summary the Contracting Authority intends to put in place two (2) separate and distinct Panels under a Bespoke Panel Agreement based on accommodation type with suitable Tenderers who submit a compliant bid and meet the selection and award criteria:
Type 1 Accommodation Panel: Accommodation for Singles and Couples in settings with communal facilities;
Type 2 Accommodation Panel: Self-contained own door units.
The Competition concerns social and other specific services as referred to in Annex XIV of Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and will be conducted in accordance with Regulations 74-77 of the European Union (Award of Public Authority Contracts) Regulations 2016 (S.I. 284/2016) (the “Regulations”). Accordingly this Competition is not subject to the full rules of the Regulations and the Contracting Authority has flexibility in the conduct of this Competition and any Bespoke Panel Agreement that may result from the Competition.
The Contracting Authority intends to conduct this Competition in a fair, equitable and transparent manner in accordance with the requirements of the light touch regime as set out in the Regulations and in accordance with the methodologies defined in this RFT.
The Competition will reopen periodically by being re-advertised on eTenders to accept new and additional Tenders for evaluation and admission of further panel members to the Bespoke Panel Agreements.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 500 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 34
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
As set out in the tender documents
III.1.2)Economic and financial standingList and brief description of selection criteria:
As set out in the tender documents
III.1.3)Technical and professional abilityList and brief description of selection criteria:
As set out in the tender documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As set out in the tender documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 21/02/2022
Local time: 15:00
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, Irish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 21/02/2022
Local time: 15:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court
Town: Dublin
Postal code: 7
Country: Ireland
VI.5)Date of dispatch of this notice:18/01/2022
http://ted.europa.eu/udl?uri=TED:NOTICE:34455-2022:TEXT:EN:HTML&src=0&tabId=2