Contract notice

Information

Published

Date of dispatch of this notice: 28/09/2017

Expire date: 02/11/2017

External Reference: 2017-978496

TED Reference: 2017/S 188-385283

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Enterprise Ireland
N/A
The Plaza
Dublin 3
East Point Business
IE
Telephone: +353 14020114
NUTS code:  IE061 -  Dublin
Internet address(es):
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=119222&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Establishment of a multi party framework for the provision of relocation services (nationally and internationally) 2018-2021
Reference number:  2017/23
II.1.2)

Main CPV code

79613000  -  Employee relocation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Enterprise Ireland proposes to establish a multi-party framework agreement for the provision of a complete professional relocation service for Enterprise Ireland staff undertaking both national and international assignments.
It is envisaged that approximately 12 relocations will take place during the first year of this framework (2018) in various countries worldwide. The services required for each relocation will vary depending on location and family status of the assignee etc.
Services required will include:
- Internal Relocation Policy Assistance
- Meet & Greet / Orientation Service
- Accommodation Search Service
- School Search Service
- Move Management Services
- Cultural Training & Security Briefing
It should be noted that not all of these services will be required in all relocations.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79613000  -  Employee relocation services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Enterprise Irelands Head Office, Dublin 3
II.2.4)

Description of the procurement

Enterprise Ireland proposes to establish a multi-party framework agreement for the provision of a complete professional relocation service for Enterprise Ireland staff undertaking both national and international assignments.
It is envisaged that approximately 12 relocations will be take place during the first year of this framework (2018) in various countries worldwide. The services required for each relocation will vary depending on location and family status of the assignee etc.
Services required will include:
- Internal Relocation Policy Assistance
- Meet & Greet / Orientation Service
- Accommodation Search Service
- School Search Service
- Move Management Services
- Cultural Training & Security Briefing
It should be noted that not all of these services will be required in all relocations.
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: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The framework agreement will be for 2 years, with the option to extend on an annual basis, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Details in Qualification Questionnaire document on www.etenders.gov.ie eTenders Ref ID:124525.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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

Please consult the associated documentation, which contains full instructions regarding the submissions of tenders in respect of this competition available on www.etenders.gov.ie eTenders Ref ID:124525

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to 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 establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2017-11-02
Local time:  12:00
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

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

eTenders RFT ID: 124525
1. The estimated total value of the any purchases pursuant to the framework agreement will not exceed €1,200,000 (ex VAT) over its lifetime. The value of contracts under the framework may fall within the range of €500 to €30,000 (excl. VAT).
It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement.
2. 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.
3. The numbers invited to tender will be the top five (5) qualifying candidates subject to that number qualifying.
4. This is the sole call for competition for this service.
5. The Contracting Authority will not be responsible for any costs, charges or expenses incurred by Applicants or tenderers.
6. Contract award will be subject to the approval of the competent authorities.
7. The framework agreement will be for two [2] years with an option to extend on an annual basis, subject to a maximum duration of four [4] years and subject to satisfactory performance, business needs and budgetary constraints.
For the avoidance of doubt, the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement.
8. It will be a condition of award that candidates are tax compliant.
9. If for any reason, it is not possible to establish the framework agreement with the designated successful tenderers emerging from this competitive process; the Contracting Authority reserves the right to establish the framework with the next highest scoring tenderers on the basis of the terms advertised 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.
10. 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.
11. 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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE
Internet address: www.courts.ie