Contract notice

Information

Published

Date of dispatch of this notice: 01/06/2017

Expire date: 03/07/2017

External Reference: 2017-125328

TED Reference: 2017/S 106-212581

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
N/A
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +76 1008000
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=113445&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Supplier Framework Contract for the provision of Cleaning, Catering and Hospitality to the buildings of the Dept of Public Expenditure & Reform, Dept of Finance and Spencer Dock Building.
Reference number:  FCL0021F
II.1.2)

Main CPV code

90910000  -  Cleaning services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise:
1) Cleaning (including minor repair & maintenance) at the following locations :
a) The Merrion Campus, which consists of three buildings at the following addresses: 7-9 Merrion Row, Dublin 2 (all 7 floors), South and North Block, Government Buildings, Merrion Street (all 5 floors) and 14 – 16 Merrion Street, Dublin 2 (all 5 floors)
b) St Stephen’s Green House, Earlsfort Terrace, Dublin 2 (3rd and 4th Floors only)
c) 12 Clare Street, Dublin 2 (4 Floors)
d) Office of the Chief Medical Officer, 90 North King Street, Dublin (5th Floor
only)
e) Spencer Dock Building, 3A Mayor St Upper, Dublin 1 (1st to 5th Floors
inclusive) From February 2018 only
2) Catering services at 7 – 9 Merrion Row, Dublin 2 and
3) Hospitality Service for meetings at the Merrion Campus
II.1.5)

Estimated total value

Value excluding VAT: 1300000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
55500000  -  Canteen and catering services
90911300  -  Window-cleaning services
90919200  -  Office cleaning services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Contracting Authority invites tenders from economic operators for the award of a single supplier framework contract for the provision of the services as described in Appendix 1 to this RFT.
In summary, the Services comprise:
1) Cleaning (including minor repair & maintenance) at the following locations :
a) The Merrion Campus, which consists of three buildings at the following addresses: 7-9 Merrion Row, Dublin 2 (all 7 floors), South and North Block, Government Buildings, Merrion Street (all 5 floors) and 14 – 16 Merrion Street, Dublin 2 (all 5 floors)
b) St Stephen’s Green House, Earlsfort Terrace, Dublin 2 (3rd and 4th Floors only)
c) 12 Clare Street, Dublin 2 (4 Floors)
d) Office of the Chief Medical Officer, 90 North King Street, Dublin (5th Floor
only)
e) Spencer Dock Building, 3A Mayor St Upper, Dublin 1 (1st to 5th Floors
inclusive) From February 2018 only
2) Catering services at 7 – 9 Merrion Row, Dublin 2 and
3) Hospitality Service for meetings at the Merrion Campus
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Service Management Plan  /  Weighting:  50
Quality criterion  -  Name:  Quality of proposals for Food Quality And Safety  /  Weighting:  80
Quality criterion  -  Name:  Variety and quality of proposed Menu Planning  /  Weighting:  50
Quality criterion  -  Name:  Quality of Service Delivery Plan  /  Weighting:  180
Quality criterion  -  Name:  Quality of Contract Management Plan  /  Weighting:  120
Quality criterion  -  Name:  Quality of Environmental And Sustainability Proposal  /  Weighting:  120
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 325000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
Two possible 12 month renewals.
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.1.1)

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 the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #118987).
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 the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #118987).

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 a single operator
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:  03/07/2017
Local time:  12:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  03/07/2017
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
We would envisage further notice will be published after the completion of this contract.
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #118987).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin 1
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisers.
VI.5)

Date of dispatch of this notice

01/06/2017