Contract award notice

Information

Published

Date of dispatch of this notice: 20/04/2020

External Reference: 2020-237829

TED Reference: 2020/S 079-186877

Contract award notice

Contract award notice

Results of the procurement procedure

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: Greenville on behalf of Enterprise Ireland
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

General public services

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:  2019/10
II.1.2)

Main CPV code

63516000  -  Travel management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Enterprise Ireland proposes to engage in a competitive process for the establishment of a framework agreement for the provision of Travel Risk Management Consultancy Services so as to ensure that staff and invited guests are provided with a comprehensive service, to best industry standards, while travelling on Enterprise Ireland business and to ensure that Enterprise Ireland is fully compliant with all statutory “duty of care” obligations.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  350000.00  EUR
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

Enterprise Ireland proposes to engage in a competitive process for the establishment of a framework agreement for the provision of Travel Risk Management Consultancy Services so as to ensure that staff and invited guests are provided with a comprehensive service, to best industry standards, while travelling on Enterprise Ireland business and to ensure that Enterprise Ireland is fully compliant with all statutory “duty of care” obligations.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Methodology for delivery of the service addressing the scope of services  /  Weighting:  20%
Quality criterion  -  Name:  Technical Merit of Team Proposed  /  Weighting:  20%
Quality criterion  -  Name:  Delivery schedules offered/Project Plan  /  Weighting:  15%
Quality criterion  -  Name:  Service Level Agreement  /  Weighting:  10%
Quality criterion  -  Name:  Reliability and Continuity of Supply  /  Weighting:  5%
Price  -  Weighting:  30%
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 submission of tenders in respect of this competition

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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 053-122257

Section V: Award of contract

Contract No: 1

Title: Tender for the Provision of Travel Risk Management Consultancy Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/03/2020
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

International SOS Assistance UK Ltd
London
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  350000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Suggested text:
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) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:145645) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) 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.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting authority reserves the right to invite at least 5 subject to that number qualifying.
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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor
Dublin
IE