Contract notice - utilities

Information

Published

Date of dispatch of this notice: 23/04/2019

Expire date: 20/05/2019

External Reference: 2019-206527

TED Reference: 2019/S 082-196069

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Iarnrod Eireann-Irish Rail
N/A
Procurement, CIE Works,
Dublin 8
Inchicore
IE
Contact person: Fergal Riggs
Telephone: +353 017033718
Fax: +353 014537349
Internet address(es):
Main address: www.irishrail.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=145955&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.6)

Main activity

Railway services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of On Board Catering Services (Republic of Ireland)
Reference number:  7270
II.1.2)

Main CPV code

55522000  -  Catering services for transport enterprises
II.1.3)

Type of contract

Services
II.1.4)

Short description

This is a call to competition by IE for the procurement of On Board Rail Catering Services for On Board Catering Services for Republic of Ireland Services,
An overview of the scope of the requirements of this contract are as follows, the list is not exhaustive,
Service Requirements.
• A reliable and consistently, high standard of catering experience for all customers that meets or exceeds their expectations and is considered value for money;
• Ability to provide an innovative menu offering to customers at a price that is fair.
• A safe, hygienic and pleasantly delivered service at all times.
• Offers the most economically advantageous catering solution to both contract awarding entities
Further details are included in the attached PQQ. It Is recommended that you review these thoroughly in advance of submitting your application as it sets out the size and scale of this requirement.
II.1.5)

Estimated total value

Value excluding VAT: 4800000.00  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

Main site or place of performance:  
Republic of Ireland
II.2.4)

Description of the procurement

This is a call to competition by IE for the procurement of On Board Rail Catering Services for On Board Catering Services for Republic of Ireland Services,
An overview of the scope of the requirements of this contract are as follows, the list may not be exhaustive, it is being provided to inform interested applicants of the size and scale of requirements. It should be noted that changes to first class services are anticipated, this will be detailed at ITT stage. .
Service Requirements.
• A reliable and consistently, high standard of catering experience for all customers that meets or exceeds their expectations and is considered value for money;
• Ability to provide an innovative menu offering to customers at a price that is fair.
• A safe, hygienic and pleasantly delivered service at all times.
• Offers the most economically advantageous catering solution to both contract awarding entities
The successful tenderer will be responsible for the delivery of the service and management of their staff through the following key areas;
• Staff Uniforms.
• Training.
• Maintenance of catering trolleys, urns, catering premises and equipment.
• On train EPOS system and credit card payment facility.
• Marketing and point of sale material.
• Office equipment and IT
• Catering stores equipment, shelving, goods carts etc.
• Cash handling and security.
• Allow for services costs such as waste disposal, water, electricity and property rent.
Further details are included in the attached PQQ
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
November 2022. If the option to extend an additional period of 2 years is utilised then renewal date will be November 2024
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
See PQQ attached
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
IE reserve the right to extend the initial term of 3 years by an additional period of up to two years.
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

See PQQ attached

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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: See attached PQQ
III.1.6)

Deposits and guarantees required

See attached PQQ
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

See attached PQQ
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

See attached PQQ
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

available at ITT stage

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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 : no
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 006-009017
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/05/2019
Local time:  12:00
IV.2.3)

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

Date: 06/06/2019
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
April 2022 or April 2024 if extension option id utilised
VI.3)

Additional information

See PQQ
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Dublin
IE