Contract notice

Information

Published

Date of dispatch of this notice: 01/11/2018

Expire date: 05/12/2018

External Reference: 2018-296438

TED Reference: 2018/S 213-488472

Contract notice

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
Contact person: Eoin Wallace
Telephone: +353 17272000
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=137615&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

Expert Services to Assist Client Companies develop capabaility and capacity - Customs and Logistic Skillset
Reference number:  2018/37
II.1.2)

Main CPV code

79400000  -  Business and management consultancy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of a Multi-Party framework agreement for the provision of Expert Financial Services to assist Enterprise Ireland to assess, strengthen & develop the Capability & Capacity within Enterprise Ireland Client Companies through Customs and Logistics Skillsets.
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
72221000  -  Business analysis consultancy services
73000000  -  Research and development services and related consultancy services
73200000  -  Research and development consultancy services
73210000  -  Research consultancy services
73220000  -  Development consultancy services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79411100  -  Business development consultancy services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 3, D03 E5R6
II.2.4)

Description of the procurement

Establishment of a Multi-Party framework agreement for the provision of Expert Financial Services to assist Enterprise Ireland to assess, strengthen & develop the Capability & Capacity within Enterprise Ireland Client Companies through Customs and Logistics Skillsets.
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: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement will be for 1 year, with the option to extend annually for a further three (3) years, subject to a maximum of four (4) years subject to satisfactory performance, business needs and budgetary constraints.
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

Establishment of a Multi-Party framework agreement
for the provision of Expert Financial Services to
assist Enterprise Ireland to assess, strengthen &
develop the Financial Management Capability &
Capacity within Enterprise Ireland Client Companies
through the Customs & Logistics area of expertise.

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

Open 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:  20
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/12/2018
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)
IV.2.7)

Conditions for opening of tenders

Date:  05/12/2018
Local time:  12:00
Place:  
Enterprise Ireland
The Plaza
East Point Business Park
Dublin 3
D03 E5R6
Information about authorised persons and opening procedure:  
Procurement Executives working for Enterprise Ireland

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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 tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of this contract that tenderers are tax compliant and will furnish the relevant information to The Contracting Authority when requested to verify their tax complaince.
6) If for any reason, it is not possible to establish the framework following the conclusion of this competitive process, The Contracting Authority reserves the right to admit to the framework the next highest scoring tenderer.
7) At its absolute discretion, The Contracting Authority may elect to terminate this procurement process at any time.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
9) 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 COMPLETED documentation in order to avoid the risk of elimination from the competition
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts, Inns Quay
Dublin
Dublin 7
IE
Internet address: www.courts.ie