Contract notice

Information

Published

Date of dispatch of this notice: 04/10/2019

Expire date: 04/11/2019

External Reference: 2019-262442

TED Reference: 2019/S 194-471827

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
Contact person: Ann Healy
Telephone: +353 12244314
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=154752&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

Tender for the Provision of Travel Risk Management Consultancy Services
Reference number:  2019P081
II.1.2)

Main CPV code

63516000  -  Travel management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Central Bank will require the successful tenderer to support them in developing and implementing best practices in building a sound travel risk management and crisis communications plan.
The objective of the tender is to ensure that Central Bank staff are provided with a comprehensive service, to best industry standards, to ensure their safety while travelling for and on behalf of Central Bank business and to ensure that Central Bank is fully compliant with all statutory duty of care obligations.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

63515000  -  Travel services
79710000  -  Security services
79997000  -  Business travel services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Central Bank will require the successful tenderer to support them in developing and implementing best practices in building a sound travel risk management and crisis communications plan.
The objective of the tender is to ensure that Central Bank staff are provided with a comprehensive service, to best industry standards, to ensure their safety while travelling for and on behalf of Central Bank business and to ensure that Central Bank is fully compliant with all statutory duty of care obligations.
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
The Central Bank may extend the Term on the same terms and conditions for a period or periods of up to twelve months with a maximum of twenty-four months subject to a maximum term of four (4) years.
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:
See tender documents for details (www.etenders.gov.ie RFT ID 158112)
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

See tender documents for details (www.etenders.gov.ie RFT ID 158112)

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.1.8)

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:  04/11/2019
Local time:  15:00
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 : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
At the end of the contract following this competition.
VI.3)

Additional information

See tender documents for details (www.etenders.gov.ie RFT ID 158112)
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: www.courts.ie