Contract notice

Information

Published

Date of dispatch of this notice: 12/07/2019

Expire date: 03/09/2019

External Reference: 2019-237706

TED Reference: 2019/S 135-331551

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Health Service Executive
Oak House, Millenium Park, Naas, Co. Kildare
Kildare
Dublin
IE
Contact person: Tender Ops
Telephone: +353 0761008000
Internet address(es):
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=150225&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 Supply of Ambient Goods to the Health Service Executive
Reference number:  PROJ000004482- FCT042C
II.1.2)

Main CPV code

15000000  -  Food, beverages, tobacco and related products
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
II.1.5)

Estimated total value

Value excluding VAT: 37162000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

General Dried Goods, Health & Baby Food
Lot No:  1
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 3060000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Bakery
Lot No:  2
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 2654000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Beverages (Hot & Cold) & Juices
Lot No:  3
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 8324000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Soups
Lot No:  4
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 660000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Biscuits
Lot No:  5
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 4704000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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

The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

Cereals, Convenience, Pasta & Grains
Lot No:  6
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 4308000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Salt, Spices, Herbs & Sauces
Lot No:  7
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 3500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Tinned Fruit, Tinned Vegetables & Tinned Fish
Lot No:  8
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 3452000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Preserves
Lot No:  9
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 2088000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Desserts
Lot No:  10
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 2840000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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)

Description

II.2.1)

Title

Sugar & Sweeteners
Lot No:  11
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
15240000  -  Canned or tinned fish and other prepared or preserved fish
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331400  -  Preserved and/or canned vegetables
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290  -  Jams
15411100  -  Vegetable oils
15411200  -  Cooking oil
15411210  -  Frying oil
15612500  -  Bakery products
15613310  -  Prepared breakfast cereals
15800000  -  Miscellaneous food products
15811000  -  Bread products
15811500  -  Prepared bread products
15820000  -  Rusks and biscuits; preserved pastry goods and cakes
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15872000  -  Herbs and spices
15884000  -  Baby food
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891300  -  Mixed soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan.  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply and Reliable Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 1662000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of one (1) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
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 publishe on www.etenders.gov.ie (RFT#153861)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender Documents associated with the notice publishe on www.etenders.gov.ie (RFT#153861)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender Documents associated with the notice publishe on www.etenders.gov.ie (RFT#153861)
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 publishe on www.etenders.gov.ie (RFT#153861)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  03/09/2019
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 : 24  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  03/09/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender Documents associated with the notice publishe on www.etenders.gov.ie (RFT#153861)
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisors