Contract notice

Information

Published

Date of dispatch of this notice: 26/11/2014

Expire date: 15/12/2014

External Reference: 2014-195545

TED Reference: 2014/S 230-406204

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Fáilte Ireland-National Tourism Development Authority
N/A
88-95 Amiens Street
Dublin 1  Dublin
IE
For the attention of: Glenda Byrne
Telephone: +353 18847888
E-mail: procurement@failteireland.ie
Fax: +353 18556821
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes
Tourism Ireland

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Provision of Banking Services to Fáilte Ireland

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No6:  Financial services a) Insurances services b) Banking and investment services
    Main site or location of works, place of delivery or of performance:

    Ireland

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Fáilte Ireland wishes to establish contracts for the provision of the following:

    Banking Services

    Merchant Card Services and

    Online Payment Services.

    The tender is divided into three (3) Lots, the details of which are outlined below. Tenderers are permitted to submit proposals for all Lots, a combination of Lots or any individual Lot.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66110000   Banking services
    Supplementary vocabulary
    66133000   Processing and clearing services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    The contract will be for an initial period of 5 years with the options to extend for further periods not exceeding 24 months in total. The Contract will be subject to annual review (to include satisfactory supplier performance and the achievement of agreed continuous improvement objectives) and confirmation each year.

    Estimated cost excluding VAT
    Range: between  250000  and 300000  EUR
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 24
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 084 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Banking Services
    1)

    Short description:

    The proposal should include a solution to:

    6.4 Open and maintain bank accounts;

    6.5 Issue cheque books, paying-in books and bank statements;

    6.6 Provide and support paper and electronic systems that are capable of processing both high value payments on an urgent basis, and high volumes of routine transactions efficiently through Irish Bank Clearing Houses and smaller volumes of foreign payments (e.g. Non-Domestic SEPA Euro, Sterling & US Dollar) through foreign clearing houses;

    6.7 Accept deposits including foreign currency through a branch network using both counter and bulk deposit facilities;

    6.8 Designate a Customer Relationship Manager to oversee service delivery;

    6.9 Deal with queries and trace payments;

    6.10 Provide and technically support on-line systems access to allow management of bank accounts;

    6.11 Any additional value added services that may benefit FI.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66110000   Banking services
    Supplementary vocabulary
    66133000   Processing and clearing services
    3)

    Quantity or scope:

    The contract will be for an initial period of 5 years with the options to extend for further periods not exceeding 24 months in total. The Contract will be subject to annual review (to include satisfactory supplier performance and the achievement of agreed continuous improvement objectives) and confirmation each year.

    Estimated cost excluding VAT
    Range: between  200000  and 250000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    Duration in months: 84 (from the award of the contract)
    5)

    Additional information about lots:

    Lot No: 2  Lot title: Merchant Card Services
    1)

    Short description:

    The proposal should include a solution to:

    6.12 Provide a robust, secure and scalable processing platform for domestic, and international card processing including the provision retail POS equipment and software to process sales transactions;

    6.13 Provide Merchant numbers as required;

    6.14 Provide on-line reporting.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66110000   Banking services
    Supplementary vocabulary
    66133000   Processing and clearing services
    3)

    Quantity or scope:

    The contract will be for an initial period of 5 years with the options to extend for further periods not exceeding 24 months in total. The Contract will be subject to annual review (to include satisfactory supplier performance and the achievement of agreed continuous improvement objectives) and confirmation each year.

    Estimated cost excluding VAT
    Range: between  5000  and 50000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    Duration in months: 84 (from the award of the contract)
    5)

    Additional information about lots:

    Lot No: 3  Lot title: On-Line Payment Services
    1)

    Short description:

    The proposal should include a solution to:

    6.15 Provide customers with a range of internet & telephone payment methods including the processing of Ecommerce Internet Credit/Debit Card transactions;

    6.16 On-line payment processing of Credit/Debit Card transaction (Customer not present) via web browser;

    6.17 Provide on line reporting and securely store credit card details in accordance with PCI regulations.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    66110000   Banking services
    Supplementary vocabulary
    66133000   Processing and clearing services
    3)

    Quantity or scope:

    The contract will be for an initial period of 5 years with the options to extend for further periods not exceeding 24 months in total. The Contract will be subject to annual review (to include satisfactory supplier performance and the achievement of agreed continuous improvement objectives) and confirmation each year.

    4)

    Indication about different date for duration of contract or starting/completion

    Duration in months: 84 (from the award of the contract)
    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    None

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Payment on receipt of invoices related to Purchase Orders issued by Fáilte Ireland or the contracting authority

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Single Legal Entity(ies)

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in the Invitation to Tender document available for downloading from the Irish Government‘s Procurement Website www.etenders.gov.ie

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in the Invitation to Tender document available for downloading from the Irish Government‘s Procurement Website www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    As stated in the Invitation to Tender document available for downloading from the Irish Government‘s Procurement Website www.etenders.gov.ie

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    As stated in the Invitation to Tender document available for downloading from the Irish Government‘s Procurement Website www.etenders.gov.ie

    Minimum level(s) of standards possibly required:

    As stated in the Invitation to Tender document available for downloading from the Irish Government‘s Procurement Website www.etenders.gov.ie

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    FI/2014/01

    IV.3.2)

    Previous publication(s) concerning the same contract

    Prior information notice
    Notice number in the OJEU: 2014/S 027-043145  of 07.02.2014
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    15.12.2014 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 006 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Date: 15.12.2014 - 13:00
    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties

    2) This is the sole call for competition for this service.

    3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates, participants or tenderers.

    4) Establishment of this contract will be subject to the approval of the competent authorities.

    5) If for any reason it is not possible to conclude the contract with the designated successful tenderer emerging from this competitive process; or if having concluded contract the contracting authority considers that the successful tenderer has not met, or cannot meet its obligations; the contracting authority reserves the right to contract with the next highest scoring tenderer on the basis of the same terms at any time during the tender validity period. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

    6) At its absolute discretion, the contracting authority may elect to terminate this procurement process, at any time.

    7) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return FULLY COMPLETED questionnaires in order to avoid the risk of elimination from the competition at the application stage.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Chief Registrar
    The Four Courts
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that contract.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained