Contract notice - utilities

Information

Published

Date of dispatch of this notice: 01/12/2018

Expire date: 03/01/2019

External Reference: 2018-261988

TED Reference: 2018/S 233-533461

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: Jennifer Coules
Telephone: +353 017033714
Internet address(es):
Main address: www.irishrail.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=139043&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.6)

Main activity

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Travel Management Services
Reference number:  7184
II.1.2)

Main CPV code

63515000  -  Travel services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Iarnród Éireann are tendering for the services of a fully managed solution for the provision of Travel Management Services to Iarnród Éireann.
Iarnród Éireann (IE) has a requirement for the management of its corporate foreign travel arrangements by an independent service provider. The intention is to reduce the costs associated with foreign travel, and to obtain the necessary management information in an accessible format that will assist in the process.
On average the service would expect to support approximately 180 bookings per annum.
It is envisaged that a contract will be awarded to the company who submit the most economically advantageous tender based on the award criteria which will be published at the tender stage. The successful company will be dealing with various people throughout Irish rail with regards to bookings. A detailed specification will issue at ITT stage.
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)

63510000  -  Travel agency and similar services
63515000  -  Travel services
79997000  -  Business travel services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Iarnród Éireann are tendering for the services of a fully managed solution for the provision of Travel Management Services to Iarnród Éireann.
Iarnród Éireann (IE) has a requirement for the management of its corporate foreign travel arrangements by an independent service provider. The intention is to reduce the costs associated with foreign travel, and to obtain the necessary management information in an accessible format that will assist in the process.
On average the service would expect to support approximately 180 bookings per annum.
It is envisaged that a contract will be awarded to the company who submit the most economically advantageous tender based on the award criteria which will be published at the tender stage. The successful company will be dealing with various people throughout Irish rail with regards to bookings. A detailed specification will issue at ITT stage.
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: yes
Description of renewals:  
Tender may be re-advertised in 3 years time
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: yes
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend for a further 2 years
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:  N/A
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: N/A
III.1.6)

Deposits and guarantees required

N/A
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

N/A
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

As outlined in PQQ
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  03/01/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 12/02/2019
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
36 months
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay Dublin 7
Dublin
7
IE