Contract notice – utilities
Directive 2014/25/EU - Utility Directive
Directive 2014/25/EU
Section I: Contracting Change
entity
I.1) Name and addresses
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=145810&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=145810&B=ETENDERS_SIMPLE
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Airport-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Travel Requirements Solution to daa
Reference number: P17006
II.1.2) Main CPV code
63516000
II.1.3) Type of contract
Services
II.1.4) Short description
Daa seeks the appointment of a travel provider for the provision of all facets of travel that may be required by daa when personnel are travelling on official business, including, but not limited to the following:
— business travel bookings and reservation services to all destinations,
— hotel booking and reservation services,
— implementation of a self-booking tool/online booking tool,
— other associated services, including 24/7 travel assistance and occasional requirements for handling of VIP travel arrangements,
— training our travellers and travel planners at start up and on an ongoing manner,
— provide detailed reports on monitoring travel expenditure and innovative recommendations to improve cost savings, compliance and process efficiency,
— assist daa in the enforcement and implementation of our travel policy,
— ad hoc requirements.
This service will open to all daa personnel on corporate business:
— ARI,
— daa International,
— Dublin Airport,
— Cork Airport.
II.1.5) Estimated total value
Value excluding VAT: 6 500 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63000000
63500000
63510000
63512000
63515000
79997000
II.2.3) Place of performance
NUTS code:
IE
Main site or place of performance:
Dublin.
II.2.4) Description of the procurement
Daa seeks the appointment of a travel provider for the provision of all facets of travel that may be required by daa when personnel are travelling on official business, including, but not limited to the following:
— business travel bookings and reservation services to all destinations,
— hotel booking and reservation services,
— implementation of a self-booking tool/online booking tool,
— other associated services, including 24/7 travel assistance and occasional requirements for handling of VIP travel arrangements,
— training our travellers and travel planners at start up and on an ongoing manner,
— provide detailed reports on monitoring travel expenditure and innovative recommendations to improve cost savings, compliance and process efficiency,
— assist daa in the enforcement and implementation of our travel policy,
— ad hoc requirements.
This service will open to all daa personnel on corporate business:
— ARI,
— daa International,
— Dublin Airport,
— Cork Airport.
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: 6 500 000.00 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:
3 year contract with option to extend for up to a further 2 years.
II.2.9) Information about the limits on the number of candidates to be invited
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
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about 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:
19/05/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
20/08/2019
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
60 months.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
18/04/2019