Contract notice - utilities

Information

Published

Date of dispatch of this notice: 07/01/2022

Expire date: 22/02/2022

External Reference: 2022-255624

TED Reference: 2022/S 008-016488

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Bremore Ireland Port Designated Activity Company
CRO 431243
Harbourville, Mornington Road, County Meath, A92 K5RN
Drogheda
A92 K5RN
IE
Contact person: Lipica Ratra
Telephone: +353 16613207
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=204979&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Port-related activities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework for the Provision of Financial and Economic Consultancy Services
II.1.2)

Main CPV code

66171000  -  Financial consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity seeks to establish a multi party framework agreement to provide financial and economic consultancy services for the development of a new port on the north of Bremore Head, in county Meath. It is intended that the successful tenderers will bring appropriate corporate finance, economic, strategic and business planning expertise to the project.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

66150000  -  Financial markets administration services
66151000  -  Financial market operational services
66152000  -  Financial market regulatory services
72221000  -  Business analysis consultancy services
79310000  -  Market research services
79311400  -  Economic research services
79311410  -  Economic impact assessment
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Harbourville, Mornington Road, County Meath, A92 K5RN
II.2.4)

Description of the procurement

The Contracting Entity seeks to establish a multi party framework agreement to provide financial and economic consultancy services for the development of a new port on the north of Bremore Head, in county Meath. It is expected that the selected consultant will provide ongoing financial and economic consulting advice and support to the Contracting Entity. More information on the port and the scope of services can be found in the tender documents.
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Whilst the duration is for 60 months it is possibly subject to renewal. The details can be found in the RFT.
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: yes
Identification of the project: The overall project may be eligible at a later stage for European Union funding via the Connecting Europe Facility (CEF).

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

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.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  6
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:  22/02/2022
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:  23/02/2022
Local time:  9:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

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