Contract notice

Information

Published

Date of dispatch of this notice: 06/09/2022

Expire date: 26/09/2022

External Reference: 2022-221858

TED Reference: 2022/S 174-492274

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
NUTS code:  IE061 -  Dublin
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=222832&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

For the provision of Business Process Services to Support Enterprise Ireland Programmes across Two (2) Lots
Reference number:  2022/017
II.1.2)

Main CPV code

66170000  -  Financial consultancy, financial transaction processing and clearing-house services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to engage in a competitive process for the establishment of two framework agreements for the provision of Business Process Services to Support Enterprise Ireland Programmes.
Existing programmes that fall within the scope of this competition for the provision of Business Process services include:
- Enterprise Ireland’s Sustaining Enterprise Fund (SEF)
- The Enterprise Resilience Initiative (ERI): Stream One and Two
There are two initial areas of service delivery required under this Framework which are as detailed in Section 4.1:
• Lot 1 -The Provision of Portfolio Servicing Services for the SEF and the ERI: Stream One
• Lot 2 - Development and Management of the Business Processes for the ERI: Stream Two
II.1.5)

Estimated total value

Value excluding VAT: 6000000.00  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

The Provision of Portfolio Servicing Services for the SEF and the ERI: Stream One
Lot No:  1
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
66172000  -  Financial transaction processing and clearing-house services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Enterprise Ireland’s Investment Services Division incorporates an Equity Team, who support Enterprise Ireland’s Investment Committee in processing and addressing consent matters with the overarching objective of safeguarding the commercial rights and obligations of Enterprise Ireland relative to its Equity Instruments. Prior to 2020, Enterprise Ireland’s Equity Team primary “live” equity instruments included:
• Convertible Cumulative Redeemable Preference Share,
• Cumulative Redeemable Preference Share
To supplement the above Equity Instruments, Enterprise Ireland initiated a range of additional supports to help Irish businesses to rebuild after the impact of Covid-19. These supports enabled Irish businesses to stabilise cashflow, adapt their operations and innovate to meet new customer needs.
These liquidity and medium-term financial supports have been delivered under the ‘Sustaining Enterprise Fund’, initially launched in April 2020. The ‘Sustaining Enterprise’ fund allowed for a support package of up to €800,000 to be made available to qualifying companies. This included companies at different stages of development and growth ranging from established companies to small enterprises and start-ups.
Packaged support for Enterprise Ireland clients under the ‘Sustaining Enterprise Fund’ includes a non-repayable grant of up to €200,000 together with a Repayable Advance (“RA”) of up to €600,000.
Each RA is supported by a signed letter of offer, setting out the detailed terms and conditions, including Enterprise Ireland’s standard consent rights at March 2022, Enterprise Ireland’s Repayable Advances (“RA”) Portfolio consisted of:
Client Portfolio:
Approximately 700 RA Clients
RA Repayment Terms
• RA Range: Typical RA’s range between €20,000 and €600,000
• Initial 3 Years Post Investment: No repayments are scheduled in the first 3 years, preceding the initial investment
• Years 4 and 5: The capital sum advanced together with administration charge are to be returned in years 4 and 5
• Repayment Schedule: A calculation of repayments is appended to all signed letters of offer. Typically, repayments are agreed on a monthly basis (however, there are instances of equivalent quarterly repayments)
Administration Charge
• A zero administration charge applies for first 6 months (from investment date)
• Thereafter, an administration charge of 4% applies
• Administration fee is accrued (and not payable)
In addition, Enterprise Ireland expects to add more clients to this portfolio under the “Enterprise Resilience Initiative: Stream One” in Q4 2022. The Enterprise Resilience Initiative: Stream One has similar conditions to the Sustaining Enterprise Fund, with eligible companies applying for financial support from Enterprise Ireland and 50% of the total amount (up to a maximum of €500,000) of approved support, will be in grant support. The number of companies that will avail of the measure is estimated to be up to 125 companies (This may vary depending on the extent of the impact the crisis in the Ukraine is having on Irish enterprise).
Enterprise Ireland’s intention is for the establishment of a Portfolio Servicing Framework for use as required by Enterprise Ireland in the context of the SEF portfolio management and the ERI: Stream One portfolio of companies.
The Initial Contract under the Framework Agreement for Lot 1, will cover the provision of services to include:
a. Portfolio Review
b. Consent Maintenance
c. Portfolio Servicing and Administration
d. Integration to Enterprise Ireland’s Financial Systems
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: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 5
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

Development and Management of the Business Processes for the ERI: Stream Two
Lot No:  2
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
66172000  -  Financial transaction processing and clearing-house services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

The objective of the ERI: Stream Two is to support “energy-intensive” manufacturing and internationally traded services companies, who are currently viable but financially vulnerable as a result of additional costs due to exceptionally severe increases in natural gas and electricity prices.
While funding under this measure is awarded by Enterprise Ireland, the Agency proposes to engage in a competitive tendering process to provide the management and administration of this Measure.
This scheme meets all the requirements of the specific categories of aid described in Section 2.1 of the Temporary Crisis Framework for State Aid for measures to support the economy following the aggression against Ukraine by Russia.
The conditions of the Measure, and the length of time the Measure is open to applications, may be modified in line with developments such as updates to EU State aid Regulation, changes in Irish government policy, and the needs of the Irish enterprise base. The provisional details of the Measure are detailed below:
• Funding will be to mitigate the consequences of the increase in natural gas and electricity costs linked to the Russian aggression against Ukraine.
• The funding is granted in the form of direct grants, no later than 31 March 2023
• The overall aid per undertaking does not exceed 30% of the eligible costs up to a maximum of €2 million at any given point in time.
• The minimum aid award under this measure is €20,000.
• Aid granted under the ERI Stream Two may be cumulated with aid granted under ERI Stream One provided that a total amount of €2 million is not exceeded.
• Compliance with the eligibility criteria related to electricity and gas expenditure, EBITDA and eligible costs will be verified and calculated by a trusted third party (accountant or auditor).
• The Measure will be open to applications until 1 March 2023 at 15:00.
The Initial Contract under the Framework Agreement will facilitate the management and development of the Measure’s business processes on behalf of Enterprise Ireland, while also facilitating the approval process.
The number of companies that will be supported under the Measure is estimated to be up to 250 companies, but this may increase as eligibility will depend on the degree to which natural gas and electricity prices increase during the eligible period compared to 2021. As a result, services involved in the management of the business processes for this measure may need to be unexpectedly scaled up or scaled down depending on natural gas and electricity price movements.
Consequently, the successful Framework Member must be capable of rapidly scaling up or down their level of Service provision and demonstrating flexibility and innovation in all activities is a mandatory requirement for this service.
The Initial Contract under the Framework Agreement for Lot 2, will cover the provision of services to include:
a. Implementation and Development of the Business Process for the Measure
b. Management of the Application and Evaluation Process
d. Management of the Appeals Process
e. Ex-Post Assessment of Certain Aid Awards
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: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 5
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.1.2)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
Accelerated procedure
Justification:  
Most suitable procedure for this competition
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 several operators
Envisaged maximum number of participants to the framework agreement:  2
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to investment in suitable training & systems to provide the Business Process Services involved, it is necessary to have a Framework Agreement for a maximum duration of 8 years
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:  26/09/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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.
3) Suppliers should note the following when making their submission:
• There is a maximum upload limit of 2GB per file. Documents larger than this should be divided into smaller files prior to upload.
• In order to submit a document to the electronic postbox, please note that you must click “Submit Response”. After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the RFT deadline has expired. Suppliers should be aware that the “Submit Response” button will be disabled automatically upon expiration of the response deadline.
• Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary.
• If you experience difficulty when uploading documents, please contact eTenders Support Desk for technical assistance. Email etenders@eusupply.com or Telephone: 353(0)21 2439277 (09:00am – 17:30pm GMT). All queries must be submitted through the messaging facility on www.etenders.gov.ie.
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal 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 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.
Please note that this competition was previously advertised under RFT ID 222033 which was cancelled and withdrawn without award.
VI.4)

Procedures for review

VI.4.1)

Review body

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