Contract notice

Information

Published

Date of dispatch of this notice: 25/10/2017

Expire date: 27/11/2017

External Reference: 2017-785145

TED Reference: 2017/S 207-428042

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Dublin City Council, Corporate Services Department, Facilities Management, Block 3, Floor 1, Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Tom Hogan
Telephone: +353 012223734
Fax: +353 012225060
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: www.dublincity.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=119873&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

PROVISION OF CATERING AND VENDING SERVICES
Reference number:  e-tenders ref:: 125155
II.1.2)

Main CPV code

55500000  -  Canteen and catering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council is seeking Expressions of Interest from suitably qualified candidates with a view to awarding a contract, following a Competitive Dialogue process, for five years, with an option for Dublin City Council to extend the contract for a further year. The contract covers the provision of catering and vending services for employees and visitors to Dublin City Council’s premises at the following sites as a single group contract: Civic Offices, Wood Quay, Dublin 8 – to include staff restaurant and coffee dock; Marrowbone Lane; Motor Tax Office, Smithfield • Dublin Fire Brigade Training Centre, Marino • North City Depot, Ballymun. Please see attached Expression of Interest document for further details. The primary services to be operated by the licensee are those outlined in the descriptive document, which will be issued to short listed candidates following stage one of the process.
II.1.5)

Estimated total value

Value excluding VAT: 8100000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

55520000  -  Catering services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Dublin City Council is seeking Expressions of Interest from suitably qualified candidates with a view to awarding a contract, following a Competitive Dialogue process, for five years, with an option for Dublin City Council to extend the contract for a further year. The contract covers the provision of catering and vending services for employees and visitors to Dublin City Council’s premises at the following sites as a single group contract: • Civic Offices, Wood Quay, Dublin 8 – to include staff restaurant and coffee dock. • Marrowbone Lane – NB: It is anticipated that Dublin City Council staff at Marrowbone Lane will relocate to a neighbouring premises during the lifetime of this contract and the catering provision will transfer to the new site . • Motor Tax Office, Smithfield • Dublin Fire Brigade Training Centre, Marino • North City Depot, Ballymun – NB: This site will shortly commence construction and the successful caterer may be required to provide a catering service at the site once it is occupied during the lifetime of this contract. Please see attached Expression of Interest document for further details. The primary services to be operated by the licensee are those outlined in the descriptive document, which will be issued to short listed candidates following stage one of the process.
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: 8100000.00  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 minimum number: 3
Objective criteria for choosing the limited number of candidates:
See attached Expression of Interest form.
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

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:  2017-11-27
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Additional Information – Dublin City Council
1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. 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.
5. Please note also that 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. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The contract agreement is primarily for use by the Corporate Services Department*, Environment & Transportation Department & Dublin Fire Brigade but may also be extended for use by other divisions of Dublin City Council as requirements arise.
7. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
8. Tenders may be submitted in English or in the Irish language.
9. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
10. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
11. All queries regarding this tender must be emailed to facilitiesmanagement@dublincity.ie for the attention of Tom Hogan. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12 noon on Monday 20th November 2017 to enable issue of responses to all interested parties.
12. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court Chief Registrar
The Four Courts, Inns Quay,
Dublin
7
IE
Telephone: +44 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Consult your solicitor.