Dynamic Purchasing System for the Provision of Courier Services Contracts Greater than EUR 25 000 (excl. Vat) to the Public Sector Published by Tenders Electronic Daily

Dynamic Purchasing System for the Provision of Courier Services Contracts Greater than EUR 25 000 (excl. Vat) to the Public Sector

There are changes or additional information to this announcement. Dynamic Purchasing System for the Provision of Courier Services Contracts Greater than €25,000 (excl. Vat) to the Public Sector (14.07.2023 20:30)

Application deadline

09.08.2026, 14:00 hour

Procedure

Restricted procedure

Order type

Provision of services.

Main CPV code
  • Courier services
    64120000-3
Language

English

Contracting authority / owner

The Office of Government Procurement
3A Mayor Street Upper
D01 PF72 Dublin 1
Ireland
E-Mail: support@ogp.gov.ie
Website: http://www.ogp.gov.ie/

assignment

The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).In summary, the Services comprise:The provision of courier services on the island of Ireland and International Courier Services, where the estimated value of the contract is greater than EUR 25 000 (ex Vat).The DPS will be divided into two (2) categories (each a ‘Category’) as described below:Category 1: Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland;Category 2: International Courier Services, both outbound from Ireland and inbound to Ireland.Candidates may apply for one or both categories, without any restriction.Please see Appendix 1 of this RFATP for further information on the Services.
The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).In summary, the Services comprise:The provision of courier services...
Show more

Lots 1

Job / name

Category 1 for DPS for Courier Services, Island of Ireland Courier Services

Description of procurement /scope of services

The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).In summary, the Services comprise:The provision of courier services on the Island of Ireland and International Courier Services, where the estimated value of the contract is greater than EUR 25 000 (ex Vat).The DPS will be divided into two (2) categories (each a ‘Category’) as described below:Category 1: Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland;Category 2: International Courier Services, both outbound from Ireland and inbound to Ireland.Candidates may apply for one or both categories, without any restriction.Please see Appendix 1 of this RFATP for further information on the Services.
The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).In summary, the Services comprise:The provision of courier services...
Show more

Others CPV Codes
  • Multi-modal courier services
    64121000-0
  • Parcel delivery services
    64121200-2
Project adress

Region (NUTS code): IE IRELAND
Dublin 1.

Lots 2

Job / name

Category 2 for DPS for Courier Services, International Courier Services

Description of procurement /scope of services

The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).In summary, the Services comprise:The provision of courier services on the Island of Ireland and International Courier Services, where the estimated value of the contract is greater than EUR 25 000 (ex Vat).The DPS will be divided into two (2) categories (each a ‘Category’) as described below.Category 1: Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland;Category 2: International Courier Services, both outbound from Ireland and inbound to Ireland.Candidates may apply for one or both Categories, without any restriction.Please see Appendix 1 of this RFATP for further information on the Services.
The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).In summary, the Services comprise:The provision of courier services...
Show more

Others CPV Codes
  • Multi-modal courier services
    64121000-0
  • Parcel delivery services
    64121200-2
Project adress

Region (NUTS code): IE IRELAND
Dublin 1.

Ireland-Dublin: Courier services

2020/S 155-379521

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
NUTS code: IE IRELAND
Postal code: D01 PF72
Country: Ireland
Contact person: Tender Operations
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=171643&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=171643&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 Courier Services Contracts Greater than EUR 25 000 (excl. Vat) to the Public Sector

Reference number: PROJ000005359 - TTT040F
II.1.2)Main CPV code
64120000 Courier services
II.1.3)Type of contract
Services
II.1.4)Short description:

The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).

In summary, the Services comprise:

The provision of courier services on the island of Ireland and International Courier Services, where the estimated value of the contract is greater than EUR 25 000 (ex Vat).

The DPS will be divided into two (2) categories (each a ‘Category’) as described below:

Category 1: Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland;

Category 2: International Courier Services, both outbound from Ireland and inbound to Ireland.

Candidates may apply for one or both categories, without any restriction.

Please see Appendix 1 of this RFATP for further information on the Services.

II.1.5)Estimated total value
Value excluding VAT: 15 000 000.00 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:

Category 1 for DPS for Courier Services, Island of Ireland Courier Services

Lot No: 1
II.2.2)Additional CPV code(s)
64121000 Multi-modal courier services
64121200 Parcel delivery services
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1.

II.2.4)Description of the procurement:

The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).

In summary, the Services comprise:

The provision of courier services on the Island of Ireland and International Courier Services, where the estimated value of the contract is greater than EUR 25 000 (ex Vat).

The DPS will be divided into two (2) categories (each a ‘Category’) as described below:

Category 1: Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland;

Category 2: International Courier Services, both outbound from Ireland and inbound to Ireland.

Candidates may apply for one or both categories, without any restriction.

Please see Appendix 1 of this RFATP for further information on the Services.

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: 10 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
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
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:

Category 2 for DPS for Courier Services, International Courier Services

Lot No: 2
II.2.2)Additional CPV code(s)
64121000 Multi-modal courier services
64121200 Parcel delivery services
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1.

II.2.4)Description of the procurement:

The contracting authority invites requests to participate (‘Applications’) from economic operators (‘Candidates’) for appointment to a DPS for the provision of the services described in Appendix 1 to this RFATP (the ‘Services’).

In summary, the Services comprise:

The provision of courier services on the Island of Ireland and International Courier Services, where the estimated value of the contract is greater than EUR 25 000 (ex Vat).

The DPS will be divided into two (2) categories (each a ‘Category’) as described below.

Category 1: Island of Ireland Courier Services, for collection within the Republic of Ireland and delivery on the Island of Ireland;

Category 2: International Courier Services, both outbound from Ireland and inbound to Ireland.

Candidates may apply for one or both Categories, without any restriction.

Please see Appendix 1 of this RFATP for further information on the Services.

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: 4 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
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
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 refer to the request for applications to participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060).

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Please refer to the request for applications to participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060).

Minimum level(s) of standards possibly required:

Please refer to the request for applications to participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060).

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Please refer to the request for applications to participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060).

Minimum level(s) of standards possibly required:

Please refer to the request for applications to participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060).

III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:

Please refer to the request for applications to participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060).

III.2.3)Information about staff responsible for the performance of the contract

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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 09/08/2026
Local time: 14:00
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

We would envisage further notice will be published after the completion of this contract.

VI.2)Information about electronic workflows
VI.3)Additional information:

Please refer to the request for applications to participate documents associated with the notice published on www.etenders.gov.ie (RFT 174060).

VI.4)Procedures for review
VI.4.1)Review body
Official name: The High Court of Ireland
Town: Dublin
Country: Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult your own legal advisors.

VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
07/08/2020