Contract notice

Information

Published

Date of dispatch of this notice: 26/07/2021

Expire date: 25/08/2021

External Reference: 2021-272176

TED Reference: 2021/S 146-387349

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Tourism Ireland CLG
N/A
4th Floor - Bishop's Square, Redmond's Hill
Dublin
D02 TD99
IE
Contact person: Hannah Hughes
NUTS code:  IE -  IRELAND
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=192683&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:  Tourism - Destination Marketing

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Pension Administration and Advisory/Management Services [Single-Party Framework Agreement]
Reference number:  N/SPS/ADMIN/2022
II.1.2)

Main CPV code

66523100  -  Pension fund administration services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The North/South Implementation Bodies were established by the Agreement between the Government of the United Kingdom of Great Britain and Northern Ireland and the Government of Ireland, signed on the 8th day of March 1999.
The North/South Pension Scheme (N/SPS) was established in both jurisdictions on behalf of the North/South Implementation Bodies, under the above Agreement, and Tourism Ireland CLG under the terms of its 2000 Memorandum of Association. The Scheme has been approved by the North/South Ministerial Council and Finance Ministers.
The tender is being facilitated by Tourism Ireland (one of the participating employers in the N/SPS) on behalf of the N/SPS CEO Pension Committee, who in turn intend, as a result of this tender process, to establish a single-party framework agreement for the provision of Pension Administration and Advisory/Management services to the North/South Implementation Bodies and Tourism Ireland Ltd CLG (referred to as ‘the Bodies’).
II.1.5)

Estimated total value

Value excluding VAT: 900000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66520000  -  Pension services
66523000  -  Pension fund consultancy services
66523100  -  Pension fund administration services
75310000  -  Benefit services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Various
II.2.4)

Description of the procurement

The North/South Implementation Bodies were established by the Agreement between the Government of the United Kingdom of Great Britain and Northern Ireland and the Government of Ireland, signed on the 8th day of March 1999.
The North/South Pension Scheme (N/SPS) was established in both jurisdictions on behalf of the North/South Implementation Bodies, under the above Agreement, and Tourism Ireland CLG under the terms of its 2000 Memorandum of Association. The Scheme has been approved by the North/South Ministerial Council and Finance Ministers.
The tender is being facilitated by Tourism Ireland (one of the participating employers in the N/SPS) on behalf of the N/SPS CEO Pension Committee who in turn intend, as a result of this tender process, to establish a single-party framework agreement for the provision of Pension Administration and Advisory/Management Services to the North/South Implementation Bodies and Tourism Ireland Ltd (referred to as ‘the Bodies’). The CEO Pension Committee currently has a contract with an outsourced pension administrator, which will end on 31.03.2022.
The successful framework member will assume responsibility for providing a high quality, responsive and expert advice, assistance and support pension administration and advisory/management service, which meets the needs of the CEO Pension Committee, the Bodies and Scheme Members, is delivered in the most economically advantageous manner, and is fully operational from 01.04.2022.
The service provider will be required to deliver a high quality and value for money pension administration service that ensures compliance with legislation in the relevant jurisdictions and industry best practice. The services must be provided in a proper, conscientious and business-like manner within agreed timescales and as appropriate to a professional Pension Administrator. Overarching all strands of the service, the service provider must fully understand the Scheme Rules and relevant legislation and be proactive in the implementation of any changes to the Scheme Rules and/or legislation that affect the Scheme.
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: 900000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:  
Initial contract for 3 years with annual contracts awarded thereafter for a 2-year period and subsequent 1-year period, following successful supplementary framework drawdown exercises.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 7
Objective criteria for choosing the limited number of candidates:
Level of Human Resources and Experience of Previous Contracts.
Envisaged minimum number of candidates to be invited is subject to the number and quality of submissions received.
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 DOCUMENTATION AVAILABLE FOR DOWNLOADING FOR FULL DETAILS OF THE REQUIREMENTS
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
PLEASE REFER TO THE DOCUMENTATION AVAILABLE FOR DOWNLOADING FOR FULL DETAILS OF THE REQUIREMENTS
Minimum level(s) of standards possibly required:  
Candidates must provide objective evidence from an appropriate source confirming that their turnover during any of the previous 3 financial years was at least 500000 EUR. Note: in the case of the candidate being a grouping, this condition may be satisfied by the group members as a whole.
Evidence of adequate insurance cover in place.
PLEASE REFER TO THE DOCUMENTATION AVAILABLE FOR DOWNLOADING FOR FULL DETAILS OF THE REQUIREMENTS
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

PLEASE REFER TO THE DOCUMENTATION AVAILABLE FOR DOWNLOADING FOR FULL DETAILS OF THE REQUIREMENTS
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

Competitive procedure with negotiation
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Pensions Administration Services fall under Benefit Services as a category are explicitly listed in Annex XIV of Directive 2014/24/EU - CPV Code: 75320000 Government employee pension schemes
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  25/08/2021
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. All information relating to attachments, including clarifications and changes, will be published on www.etenders.gov.ie only.
Tourism Ireland will not accept responsibility for information relayed (or not relayed) via third parties.
Should you experience difficulty when registering or uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or telephone: 353 (0) 212439277 (9.00-17.30
GMT).
All queries regarding this tender requirement or process must be submitted through www.etenders.gov.ie 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 the query will not be disclosed when circulating the response.
The contracting authority reminds suppliers that application to this competition and completion of tenders should in no way impede the need to comply with government advice/directives for isolation or any other requirements or containment measures in place to fight the spread of Covid-19.
This is Competitive Procedure With Negotiation and suitably qualified bidders are hereby invited to submit a Pre-Qualification Questionnaire.
The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers; whether a final contract is awarded.
Contract award will be subject to the approval of the North/South Pension Scheme CEO Pension Committee.
It will be a condition of award that the successful tenderer is and remains tax compliant.
At its absolute discretion, the contracting authority may elect to terminate this procurement process, or any contract awarded at any time.
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.
At Section II.2.9) we have indicated that 5 applicants will be invited to tender, please note that the contracting authority reserves the right to invite at least 5 subject to that number qualifying.
Pre-Qualification Questionnaires must be delivered as per the instructions and by the stated deadline.
Tourism Ireland is subject to the provisions of the Code of Practice on Freedom of Information for North/South Implementation Bodies and Tourism Ireland.
To the extent that any personal data is shared in connection with the provision of the services or otherwise, the provisions set out Data Sharing Agreement shall apply.
Award of this contract will be subject to selected candidate being qualified for the purposes of the Fair Employment and Treatment (Northern Ireland) Order 1998, if based in Northern Ireland.
The contract will be subject to Northern Ireland law.
Tourism Ireland reserves the right without advance notice (and without giving reasons unless so required by law and without liability to the applicants) to amend or otherwise change the process or to terminate the process.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Four Courts
Dublin
IE