Travel Assistance and Logistics Support for Third Country Nationals for the Irish Red Cross

The Contracting Authority wishes to establish a Single Party Framework for the provision of Travel Assistance and Logistics Support Services for Third Country Nationals. The Third Country Nationals are, mainly, individuals or families located in another country and have been approved by the Government of Ireland to relocate to Ireland …

CPV: 60400000 Luftverkehr, 63000000 Hilfs- und Nebentätigkeiten im Bereich Verkehr; Reisebürodienste, 63510000 Dienstleistungen von Reisebüros und ähnliche Dienste
Frist:
11. Juni 2025 17:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Travel Assistance and Logistics Support for Third Country Nationals for the Irish Red Cross
Vergabestelle:
Irish Red Cross
Vergabenummer:
0

1. Buyer

1.1 Buyer

Official name : Irish Red Cross
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Travel Assistance and Logistics Support for Third Country Nationals for the Irish Red Cross
Description : The Contracting Authority wishes to establish a Single Party Framework for the provision of Travel Assistance and Logistics Support Services for Third Country Nationals. The Third Country Nationals are, mainly, individuals or families located in another country and have been approved by the Government of Ireland to relocate to Ireland for the purpose of family reunification with a family member already in Ireland. The individuals/families are then selected by the Contracting Authority based on Irish Red Cross criteria. Tenders are invited from suitably qualified economic operators to provide the following services: 1. Pre-Departure Consultation Assistance (information provision) 2. Pre-departure support with logistics and travel documents 3. Facilitate pre-departure medical screening where necessary 4. Booking and issuing of flight tickets 5. Arrangements for departure, transit and arrival assistances 6. Coordination with relevant stakeholders. On completion of the framework agreement, an initial contract will be concluded with the successful tenderer.
Procedure identifier : 0c703a57-bd5a-4c55-ab37-d88ed2a4ded7
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63510000 Travel agency and similar services
Additional classification ( cpv ): 60400000 Air transport services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 200 000 Euro
Maximum value of the framework agreement : 200 000 Euro

2.1.4 General information

Additional information : Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 5750214 Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (1) When finalising your tender submission please upload your final response as a ZIP file as individual documents may lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not necessarily imply you have successfully submitted your response. (2) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (3) Suppliers should note the following when making their submission 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 and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (4) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (5) Tenders submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (6) 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. (7) 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 (8) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (9) 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. (10) Where applicable, 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) 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.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Travel Assistance and Logistics Support for Third Country Nationals for the Irish Red Cross
Description : The Contracting Authority wishes to establish a Single Party Framework for the provision of Travel Assistance and Logistics Support Services for Third Country Nationals. The Third Country Nationals are, mainly, individuals or families located in another country and have been approved by the Government of Ireland to relocate to Ireland for the purpose of family reunification with a family member already in Ireland. The individuals/families are then selected by the Contracting Authority based on Irish Red Cross criteria. Tenders are invited from suitably qualified economic operators to provide the following services: 1. Pre-Departure Consultation Assistance (information provision) 2. Pre-departure support with logistics and travel documents 3. Facilitate pre-departure medical screening where necessary 4. Booking and issuing of flight tickets 5. Arrangements for departure, transit and arrival assistances 6. Coordination with relevant stakeholders. On completion of the framework agreement, an initial contract will be concluded with the successful tenderer.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63000000 Supporting and auxiliary transport services; travel agencies services
Additional classification ( cpv ): 63510000 Travel agency and similar services
Additional classification ( cpv ): 60400000 Air transport services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.5 Value

Estimated value excluding VAT : 200 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Asylum, Migration and Integration Fund (AMIF) (2021/2027)
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Fulfilment of social objectives
Description : The project is funded under the Asylum, Migration and Integration Fund 2021 – 2027 and in accordance with Regulation (EU) 2021/1147 aims to contribute to the strengthening and further development of legal migration to EU Member States in accordance with economic and social needs supporting the effective integration and social inclusion of Third Country Nationals.
Social objective promoted : Other

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are included

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/06/2025 17:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 11/06/2025 17:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In line with statutory remedies (S.I. 130/2010).
Organisation providing offline access to the procurement documents : Irish Red Cross -
Organisation receiving requests to participate : Irish Red Cross -
Organisation processing tenders : Irish Red Cross -

8. Organisations

8.1 ORG-0001

Official name : Irish Red Cross
Registration number : notavailable
Postal address : 16 Merrion Square
Town : Dublin
Postcode : D02XF85
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0872227922
Internet address : www.redcross.ie
Buyer profile : www.redcross.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : fb4468b2-3dd7-46dc-8bd5-7d5f338682a3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 14:07 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00341827-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025