Contract notice

Information

Published

Date of dispatch of this notice: 31/07/2015

Expire date: 26/08/2015

External Reference: 2015-017194

TED Reference: 2015/S 149-275606

Contract notice

Cached Version

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Grangegorman Development Agency
9656739V
Grangegorman Lower
Dublin   Dublin 7
IE
For the attention of: Procurement Division
Telephone: +353 14024140
E-mail: nora.rahill@ggda.ie
Internet address(es):
General address of the contracting authority: http://www.ggda.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/564
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=91535&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=91535&B=ETENDERS_SIMPLE
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

  • Education
  • General public services
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Multi Party Framework for Personnel Placement Services

II.1.2)

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

Services
    Category No22:  Personnel placement and supply services
    Main site or location of works, place of delivery or of performance:

    Dublin 7

    NUTS code
    Dublin
    II.1.3)

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

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with several operators
    Number of participants to the framework agreement envisaged: 3
    Duration of the framework agreement
    Duration in years: 6
    Justification for a framework agreement, the duration of which exceeds four years: 

    As the subject matter of the contract is a non-priority service and is not therefore subject to the full rigours of Directive 2004/18 the contracting authority reserves the right to award a longer term framework agreement.

    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  500000  and 8000000  EUR
    Frequency and value of the contracts to be awarded:

    As and when contracts arise.

    II.1.5)

    Short description of the contract or purchase(s)

    Grangegorman Development Agency wishes to stablish a multi-party framework agreement with 3 firms for the provision of personnel placement services over a maximum 6 year period (2 years initially). The range of skillsets required includes inter alia the following areas:

    - Project Management / Project Coordination

    - Architecture and related ( conservation, technology etc)

    - Engineering / Site Staff/Clerk of Works

    - Property Valuation/Property Economics

    - Health & Safety

    - Planning / Environmental Expertise

    - Quantity Surveying

    - Procurement

    - Project Support

    - Secretarial

    - Finance staff

    - Administrative

    - Other skill sets which arise over the life of the framework

    The duties are not exclusive to, but depending on nature of qualifications and individual role requirements may include supporting existing GDA resources, liaison with site contractors design teams, GDA stakeholders and suppliers, general office duties and general clerical/administration of the GDA offices. The roles would support the overall work of the Agency.

    Roles may be required for short to long term periods of approximately 1 month up to multiple years depending on the specific requirement.

    Please note the framework agreement may also be used for any recruitment activity relation to part-time or full-time resources required over the life of the framework.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79610000   Placement services of personnel
    Supplementary vocabulary
    79612000   Placement services of office-support personnel
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    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:

    Given the nature of GDA‘s workload it is difficult to assess the volume of requirements, but it may be in the region of 5 to 20 placements per year. This is an estimate only and no guarantee of any commitment.

    Estimated cost excluding VAT
    Range: between  500000  and 8000000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    The framework is for 2 years initially with the option to extend for a further period of up to 4 years.

    Provisional timetable for recourse to these options:
    in months: 24 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 072 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Not applicable.

    III.1.2)

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

    Will be agreed with the successful service providers.

    III.1.3)

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

    Please refer to the tender document available to download from www.etenders.gov.ie using RFT ID 98410.

    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:

    Please refer to the tender document available to download from www.etenders.gov.ie using RFT ID 98410.

    III.2.2)

    Economic and financial ability

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

    Please refer to the tender document available to download from www.etenders.gov.ie using RFT ID 98410.

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

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

    Please refer to the tender document available to download from www.etenders.gov.ie using RFT ID 98410.

    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.3.2)

    Previous publication(s) concerning the same contract

    no
    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

    26.08.2015 - 12:00
    IV.3.6)

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

    EN
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    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 or tenderers.

    4) Contract award will be subject to the approval of the competent authorities.

    5) It will be a condition of award that tenderers are tax compliant and are in a position to produce a valid tax clearance certificate from the Revenue Commissioners when requested.

    6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework agreement as appropriate.

    7) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.

    8) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of tenders with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully responsive tenders in order to avoid the risk of elimination from the competition.

    9) This notice is being published on a voluntary basis in the OJEU as the framework agreement is for a service which is a non-priority service (Annex IIB) and therefore not subject to the full rigours of the public procurement directive (2004/18/EC).

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Courts
    7  Inns Quay, Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

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

    Consult a legal advisor
    Internet address: