Contract notice

Information

Published

Date of dispatch of this notice: 11/03/2020

Expire date: 02/06/2020

External Reference: 2020-222827

TED Reference: 2020/S 053-126127

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
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=163961&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

Consultancy support services to enhance supervisory focus on Behaviour & Culture for the Central Bank of Ireland
Reference number:  2019P129
II.1.2)

Main CPV code

79410000  -  Business and management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Central Bank wishes to partner with a professional third party in relation to behaviour and culture ("B&C") supervision. Initially this will include an internal project to design, develop and implement an integrated supervisory framework for assessing behaviour and culture across the Irish financial services industry. This B&C framework will be aligned and integrated with the Central Bank’s overarching supervisory framework, reflecting both our conduct and prudential mandates. A review of the existing elements of the overarching supervisory framework is not in scope.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  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
79400000  -  Business and management consultancy and related services
II.2.3)

Place of performance

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

Description of the procurement

The Central Bank wishes to partner with a professional third party in relation to behaviour and culture ("B&C") supervision. Initially this will include an internal project to design, develop and implement an integrated supervisory framework for assessing behaviour and culture across the Irish financial services industry. This B&C framework will be aligned and integrated with the Central Bank’s overarching supervisory framework, reflecting both our conduct and prudential mandates. A review of the existing elements of the overarching supervisory framework is not in scope.
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Central Bank may extend the contract on the same terms and conditions for a period or periods of up to 12 months with a maximum total contract duration of 48 months.
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. Available on www.etenders.gov.ie RFT ID 166842

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 a single operator
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:  30/04/2020
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/04/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Etenders (www.etenders.gov.ie) System ID Ref: 166842
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 Central Bank will not accept responsibility for information relayed (or not relayed) via third parties.
2. The level of expenditure under this Framework cannot be guaranteed. The Central Bank currently anticipates that spend under the Framework may be in the region of €500k (Excl. VAT) over the maximum duration of the Framework including the initial project described at section II.1.4 and II.2.4. However, this is an estimate only.
3. This is the sole call for competition for this service.
4. The Central Bank will not be responsible for any costs, charges or expenses incurred by those submitting an application.
5. It will be a condition of contract that Tenderers are tax compliant and will furnish the relevant information to the Central Bank when requested to verify their tax compliance.
6. At its absolute discretion, the Central Bank may elect to terminate this procurement process, or any contract awarded at any time.
7. 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.
8. Without prejudice to the principle of equal treatment, the Central Bank is not obliged to engage in a clarification process in respect of tender proposals with missing or incomplete information. Therefore, Tenderers are advised to ensure that they return FULL COMPLETED documentation 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