Contract notice

Information

Published

Date of dispatch of this notice: 15/04/2016

Expire date: 02/06/2016

External Reference: 2016-617738

TED Reference: 2016/S 077-137321

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)

Central Bank of Ireland
N/A
PO Box 559
Dame Street  Dublin 2
IE
For the attention of: Geraldine Sherlock
E-mail: geraldine.sherlock@centralbank.ie
Internet address(es):
General address of the contracting authority: http://www.centralbank.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/329
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97961&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=97961&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

  • 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:

Multiple Supplier Framework for Recruitment 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 2

    NUTS code
    IRELAND
    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: 5
    Duration of the framework agreement
    Duration in years: 2
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  500000  and 1500000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The CBI is seeking to establish a multiple supplier framework agreement for the

    provision of Recruitment Services under the following 2 lots:

    1. General Recruitment

    2. IT Recruitment

    It is anticipated that the top 5 ranking tenderers for each lot will be admitted to the

    Framework.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79600000   Recruitment services
    Supplementary vocabulary
    79610000   Placement services of 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:  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 Framework Agreement for Lot 1 and Lot 2 will be established for a period of 2 years with the option to extend for 2 additional 1 year periods

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  2
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 12
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 048 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: General Recruitment
    1)

    Short description:

    Sample Role: • Audit & Accounting;

    • Data Analytics;

    • Financial Services Supervision (insurance, markets and credit institutions);

    • Financial Modelling;

    • Human Resources;

    • Legal;

    • Office Support;

    • Policy Development;

    • Project Management;

    • Risk Management and Analysis

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79600000   Recruitment services
    Supplementary vocabulary
    79610000   Placement services of personnel
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    Lot No: 2  Lot title: IT Recruitment
    1)

    Short description:

    Sample Roles:

    • Application Support;

    • Business Analyst;

    • Information Security Specialist/ Manager;

    • IT Project Manager;

    • IT Manager;

    • Quality Assurance;

    • Solution Architect;

    • Solution Designer;

    • Solution Developer.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79600000   Recruitment services
    Supplementary vocabulary
    79610000   Placement services of personnel
    3)

    Quantity or scope:

    4)

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

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Please refer to ITT

    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 ITT

    III.2.2)

    Economic and financial ability

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

    Please refer to ITT

    Minimum level(s) of standards possibly required:

    Please refer to ITT

    III.2.3)

    Technical capacity

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

    Please refer to ITT

    Minimum level(s) of standards possibly required:

    Please refer to ITT

    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

    2015P084

    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

    26.05.2016 - 12:00
    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: 26.05.2016 - 14:00
    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.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Four Co
    Dublin 7  IE
    Telephone: +353 18886511
    E-mail: HighCourtCentralOffice@courts.ie
     

    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