Contract notice

Information

Published

Date of dispatch of this notice: 05/02/2021

Expire date: 25/02/2021

External Reference: 2021-289495

TED Reference: 2021/S 028-069514

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: Greenville on behalf of Enterprise Ireland
Telephone: +353 14020114
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=182539&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

Programme Management (Lot 1) and Administration Support (Lot 2) of the Food Works Programme.
Reference number:  2021.01
II.1.2)

Main CPV code

72224000  -  Project management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Enterprise Ireland on behalf of Bord Bia and Teagasc proposes to engage in a competitive process for the establishment of two single party frameworks for the overall Programme Management and Administration Support of the Food Works Programme. The lotting structure for this requirement is as follows:
• Lot 1 – Programme Management of the Food Works Programme.
• Lot 2 – Administration Support to the Food Works Programme.
Full details of the specific requirements of each lot will be explained in the Invitation to Tender.
Please Note: Service Providers may apply for just one lot or if they wish, both lots.
II.1.5)

Estimated total value

Value excluding VAT: 270000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Programme Management (Lot 1) of the Food Works Programme.
Lot No:  1
II.2.2)

Additional CPV code(s)

75100000  -  Administration services
79400000  -  Business and management consultancy and related services
79900000  -  Miscellaneous business and business-related services
79990000  -  Miscellaneous business-related services
79996000  -  Business organisation services
II.2.3)

Place of performance

Main site or place of performance:  
Supports throughout Ireland
II.2.4)

Description of the procurement

Programme Management services for the Food Works Programme.
There are currently six key areas of programme management for the Food Works Programme. These comprise:
(i) Planning / Coordination; (ii) Facilitation; (iii) Communications; (iv) Design; (v) Appointment of External Speakers and Investor Panellists and (vi) Assistance with Budget Management.
Based on previous programmes the requirement input for Programme Management on average over the 12 months (noting programme runs for 9 months) is approximately 40 – 45 hours per month.
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: 160000.00  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 framework may be extended for an additional 12 months, subject to satisfactory performance, ongoing need and budget availability.
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)

Description

II.2.1)

Title

Administration Support (Lot 2) of the Food Works Programme.
Lot No:  2
II.2.2)

Additional CPV code(s)

75100000  -  Administration services
79400000  -  Business and management consultancy and related services
79900000  -  Miscellaneous business and business-related services
79990000  -  Miscellaneous business-related services
79996000  -  Business organisation services
II.2.3)

Place of performance

Main site or place of performance:  
Supports to business throughout Ireland.
II.2.4)

Description of the procurement

Administrative support to the Food Works Programme. The administration support will be there to assist at an operational level. It will focus on assisting with the delivery of all outputs including:
(i) General meetings across all stakeholders; (ii) Supporting participating companies and programme manager; (iii) Workshops, field trips and events; (iv) other requirements such as budget supports and logistics as a result of Covid-19.
Based on previous programmes the requirement input for administration support on average over the 12 months (nothing programme runs for 9 months) is approximately 40 – 55 hours per month.
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: 110000.00  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 framework may be extended for an additional 12 months, subject to satisfactory performance, ongoing need and budget availability.
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  See tender documents available to download from www.etenders.gov.ie using System ID 184285.
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

III.2.2)

Contract performance conditions

See tender documentation.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
Accelerated procedure
Justification:  
Urgency relating to business supports for an industry sector suffering economic challenge..
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:  25/02/2021
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:  25/02/2021
Local time:  12:00
Place:  
via eTenders platform.
Information about authorised persons and opening procedure:  
As soon as possible after the closing date by authorised personnel of the contracting authority.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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) 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:184285) 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 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.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As per Statutory Instrument 130 - the Remedies Regulations.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
xx
IE