Contract notice

Information

Published

Date of dispatch of this notice: 09/02/2021

Expire date: 12/03/2021

External Reference: 2021-294828

TED Reference: 2021/S 030-073707

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sustainable Energy Authority of Ireland
N/A
Three Park Place, Upper Hatch Street
D02 FX65
Dublin 2
IE
Contact person: Aisling Hall
Telephone: +353 8082130
Internet address(es):
Main address: http://www.seai.ie

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=182644&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

Other activity:  Sustainable Energy

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Corporate and HR Services to SEAI
Reference number:  Corporate & HR Services
II.1.2)

Main CPV code

79414000  -  Human resources management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective of this Request for Tender (RFT) is to invite proposals from suitably qualified service providers for the provision of Corporate and HR Services for on-site/virtual and call-down resources of both Operational and Strategic levels to cover Resourcing Services, Consulting work on General Corporate and HR/Training and Strategic matters. The successful tenderer will be expected to assist SEAI in aspects of end-to-end recruitment when business needs arise. The successful tenderer will be expected to assist SEAI with Consulting and Supporting Activities to include staff training, staff engagement, Coaching and Mentoring / Staff Development, Performance Management, Development of a HR Strategic Plan, Workforce planning and management, Gender Pay Gap reporting and other statutory reporting requirements as they may arise.
For further information on this tender please visit the Request for Tender on www.etenders.gov.ie
II.1.5)

Estimated total value

Value excluding VAT: 850000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79411000  -  General management consultancy services
79411100  -  Business development consultancy services
79600000  -  Recruitment services
II.2.4)

Description of the procurement

The objective of this Request for Tender (RFT) is to invite proposals from suitably qualified service providers for the provision of Corporate and HR Services for on-site/virtual and call-down resources of both Operational and Strategic levels to cover Resourcing Services, Consulting work on General Corporate and HR/Training and Strategic matters. The successful tenderer will be expected to assist SEAI in aspects of end-to-end recruitment when business needs arise. The successful tenderer will be expected to assist SEAI with Consulting and Supporting Activities to include staff training, staff engagement, Coaching and Mentoring / Staff Development, Performance Management, Development of a HR Strategic Plan, Workforce planning and management, Gender Pay Gap reporting and other statutory reporting requirements as they may arise.
For further information on this tender please visit the Request for Tender on www.etenders.gov.ie
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: 850000.00  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 Contracting Authority reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of one such extension or extensions on the same terms and conditions, subject to the Contracting Authority's obligations at law.
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:  Please refer to the RFT.
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.2.3)

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
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:  12/03/2021
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:  12/03/2021
Local time:  12:00

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.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Four Courts, Inns Quay, Smithfield
Dublin 7
IE