Contract notice

Information

Published

Date of dispatch of this notice: 12/08/2021

Expire date: 13/09/2021

External Reference: 2021-250938

TED Reference: 2021/S 158-418521

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Museum of Ireland
N/A
Collins Barracks
Dublin 7
Benburb Street
IE
Contact person: Marian Regan
Telephone: +353 014020114
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=194964&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

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework Agreement for the Provision of Personnel Placement/Recruitment Services
Reference number:  National Museum of Ireland
II.1.2)

Main CPV code

79610000  -  Placement services of personnel
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 a framework agreement for the provision of Personnel Placement / Recruitment Services. The Contracting Authority will have a requirement for the sourcing of candidates across a range of roles over the duration of framework agreement including but not limited to the following:
• Graphic Design
• Curatorial Research
• Conservator
• Project Management (Exhibition)
• Project Management (Logistics)
• Education Bookings Assistant
• Freelance Guides
• Administrative Roles (including Procurement, Clerical and IT)
• Other roles as identified over the life of the framework agreement.
The main driver for these appointments is to support work programmes carried out under Project 2040 capital programmes being undertaken by the Contracting Authority.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79600000  -  Recruitment services
79610000  -  Placement services of personnel
79612000  -  Placement services of office-support personnel
79620000  -  Supply services of personnel including temporary staff
79621000  -  Supply services of office personnel
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 7
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for the provision of Personnel Placement / Recruitment Services.
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: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: 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.2.14)

Additional information

The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for the provision of Recruitment Services. The Contracting Authority will have a requirement for the sourcing of roles across a range of jobs over the duration of framework agreement.

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:  As per procurement documents.
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

As per tender documents at the next stage.
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

Restricted 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to the extensive range of projects arising under the Project 2040 Capital Investment Programmes at NMI and the requirement for stability / continuity of service for many roles, the Contracting Authority proposes to establish a framework agreement of six years.
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:  13/09/2021
Local time:  12:00
IV.2.3)

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

Date: 27/09/2021
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

Every effort has been made to ensure that this Document contains all the necessary information for the completion of applications. the Contracting Authority does not warrant or represent that this Document, or any other information given to Applicants, is accurate or complete. No liability is accepted for any error, misstatement, or omission (negligent or otherwise) in this Document, or in any other information given to Applicants. All queries regarding this tender should be through the Questions and Answers facility on www.etenders.gov.ie, including any omissions which would prevent applicants from submitting a comprehensive response. Please submit queries as soon as possible.
The Contracting Authority is not responsible for corruption in electronic documents. Applicants must ensure electronic documents are not corrupt.
Applicants should produce their response as a SINGLE UPLOADED FILE, if possible, which is clearly labelled, page numbered and indexed.
Applicants must ensure that they give themselves sufficient time to upload and submit all required documentation before the closing date/time. Applicants should take into account the fact that upload speeds vary. There is a maximum of 2.14 GB for individual files sent to the electronic post-box and a one-hour limit for upload.
It is the responsibility of the Applicant to ensure that their application is complete and is uploaded by the designated deadline. Applications that are received late or via other means WILL NOT be considered in this public procurement competition
NOTE: It is important to note that only persons who have downloaded and accepted a document can submit an upload. Also, please leave sufficient time for upload of documents prior to the deadline as it is not possible to upload any material after this time and the Contracting Authority will not accept documents not received in compliance with the rules of the tender.
All questions must be completed in full and without reference to other documents or other parts of the Qualification Questionnaire. All questions should be answered with relevance to the subject matter of this competition. For the avoidance of doubt, it is emphasised that the information requested in the Qualification Questionnaire is aimed solely at determining the suitability and choice of Applicants for entry to the competitive tendering stage. Only at that subsequent tendering stage will the selected tenderers be invited to tender in Application to the specific requirements of the contract in the light of the published award criteria and the Invitation to Tender document. Where a ‘Rule’ is associated with a particular question, Applicants must satisfy the requirements of the rule in order to remain eligible for consideration in the competition. Applicants are permitted to add lines to the pro-forma tables and boxes set out within the Qualification Questionnaire if required. The Qualification Questionnaire must be completed in English.
All financial information should be denominated in euro (€), except where financial information is being provided in a certified or audited supporting document such as a set of financial statements in which case it is sufficient for the information to remain in its original currency.
Failure to provide a sufficient level of detail or to explain adequately any relevant matters may result in such data or information not being taken into account during the evaluation process.
VI.4)

Procedures for review

VI.4.1)

Review body

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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with SI 130.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advice
Dublin
IE