Contract notice

Information

Published

Date of dispatch of this notice: 03/10/2022

Expire date: 01/11/2022

External Reference: 2022-224883

TED Reference: 2022/S 194-548764

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: Catherine Gore
Telephone: +353 17272435
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=224690&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

Multi-party framework for evaluation of Financial Products managed and administered by Enterprise Ireland.
Reference number:  2022/10
II.1.2)

Main CPV code

79419000  -  Evaluation consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Enterprise Ireland proposes to engage in a competitive process for the establishment of a multiparty framework agreement for the evaluation of services and supports in relation to the Financial Products managed and administered by Enterprise Ireland. The evaluation to address performance and economic assessment, Ex-Ante and Ex-Post assessment, Value for Money assessment and recommendations of initiatives to support the enhancement of the Financial Products.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79311410  -  Economic impact assessment
79410000  -  Business and management consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 3
II.2.4)

Description of the procurement

Enterprise Ireland proposes to engage in a competitive process for the establishment of a multiparty framework agreement for the evaluation of services and supports in relation to the Financial Products managed and administered by Enterprise Ireland. The evaluation to address performance and economic assessment, Ex-Ante and Ex-Post assessment, Value for Money assessment and recommendations of initiatives to support the enhancement of the Financial Products.
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: 500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement will be for three (3) years, with the option to extend for one (1)
year, subject to a maximum of four (4) years subject to satisfactory performance, business
needs and budgetary constraints all at the absolute discretion of Enterprise Ireland.
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.2.14)

Additional information

Please refer to tender documentation available on www.etenders.gov.ie only under RFT ID 224060.

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 tender documentation available on www.etenders.gov.ie only under RFT ID 224060.
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

Please refer to tender documentation available on www.etenders.gov.ie only under RFT ID 224060.
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

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
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:  01/11/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  01/11/2022
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to tender documentation available on www.etenders.gov.ie only under RFT ID 217299.
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) This is the sole call for competition for these services.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that tenderers are tax compliant.
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement the appointed service provider fails to meet their obligations, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework agreement and deliver the contract as appropriate to the circumstances pertaining to the framework.
7) 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.
8) 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.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of tenders with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully completed tender responses 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, Inns Quay
Dublin
7
IE
Telephone: +353 18886000