Contract notice

Information

Published

Date of dispatch of this notice: 16/08/2019

Expire date: 16/09/2019

External Reference: 2019-232847

TED Reference: 2019/S 158-390818

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Justice and Equality
Dublin
Dublin
IE
Contact person: OGP Support
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=152055&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

Multi Supplier Framework Agreement for the provision of premises within the Mid East region (Counties Kildare, Wicklow, Meath & Louth)
Reference number:  PROJ000005101- EMS048F
II.1.2)

Main CPV code

55110000  -  Hotel accommodation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Justice and Equality (the “Contracting Authority”) is issuing this request for tenders (“RFT”) with the assistance of the Office of Government Procurement (the “OGP”), an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. .
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”)] for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
1.2
The Division of the Contracting Authority that is charged with providing accommodation and ancillary services to persons seeking international protection in the State is the Reception and Integration Agency (“RIA”).
II.1.5)

Estimated total value

Value excluding VAT: 65358762.00  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

Provision of Services for Single Persons only - Mid East Region
Lot No:  1
II.2.2)

Additional CPV code(s)

55100000  -  Hotel services
55240000  -  Holiday centre and holiday home services
55241000  -  Holiday centre services
55300000  -  Restaurant and food-serving services
55520000  -  Catering services
98341000  -  Accommodation services
98341100  -  Accommodation management services
II.2.3)

Place of performance

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

Description of the procurement

In summary, the Services comprise:
the provision of suitable accommodation within the Republic of Ireland for persons seeking international protection by the Reception and Integration Agency (RIA), as described in this RFT The Successful Tenderer(s) shall operate a system of Independent Living which comprises of a food hall for the distribution of food stuffs, toiletries and cleaning materials for residents’ use There shall also be facilities available to residents to allow them to store and cook food. Independent living where referred to in this document shall mean the above.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Housekeeping and Laundry  /  Weighting:  50
Quality criterion  -  Name:  Maintenance (General Building Maintenance and Grounds Keeping)  /  Weighting:  75
Quality criterion  -  Name:  Security and Supervision  /  Weighting:  20
Quality criterion  -  Name:  Implementation Plan to Provide for the Welfare Needs of Residents  /  Weighting:  150
Quality criterion  -  Name:  Food Hall  /  Weighting:  65
Quality criterion  -  Name:  Food Hygiene, Health & Safety and Environment  /  Weighting:  65
Quality criterion  -  Name:  Independent Living Proposal cooking facilities  /  Weighting:  65
Quality criterion  -  Name:  Ensuring Continuity of Services  /  Weighting:  55
Quality criterion  -  Name:  Value Add Services and Facilities  /  Weighting:  55
Cost criterion  -  Name:  PPPD Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 9887073.87  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:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed forty eight (48) months in aggregate.
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, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed forty eight (48) months 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: yes
Identification of the project: This project is co-financed by the European Commission under the Asylum, Migration and Integration Fund 2014-2020 and is supported by the Department of Justice and Equality.
II.2)

Description

II.2.1)

Title

Provision of Services for Families/Couples/Single Persons - Mid East
Lot No:  2
II.2.2)

Additional CPV code(s)

55100000  -  Hotel services
55240000  -  Holiday centre and holiday home services
55241000  -  Holiday centre services
55300000  -  Restaurant and food-serving services
55520000  -  Catering services
98341000  -  Accommodation services
98341100  -  Accommodation management services
II.2.3)

Place of performance

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

Description of the procurement

In summary, the Services comprise:
the provision of suitable accommodation within the Republic of Ireland for persons seeking international protection by the Reception and Integration Agency (RIA), as described in this RFT The Successful Tenderer(s) shall operate a system of Independent Living which comprises of a food hall for the distribution of food stuffs, toiletries and cleaning materials for residents’ use There shall also be facilities available to residents to allow them to store and cook food. Independent living where referred to in this document shall mean the above.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Housekeeping and Laundry  /  Weighting:  50
Quality criterion  -  Name:  Maintenance (General Building Maintenance and Grounds Keeping)  /  Weighting:  75
Quality criterion  -  Name:  Security and Supervision  /  Weighting:  20
Quality criterion  -  Name:  Implementation Plan to Provide for the Welfare Needs of Residents  /  Weighting:  150
Quality criterion  -  Name:  Food Hall and Catering Facilities  /  Weighting:  65
Quality criterion  -  Name:  Food Hygiene, Health & Safety and Environment  /  Weighting:  65
Quality criterion  -  Name:  Independent Living Proposal cooking facilities  /  Weighting:  65
Quality criterion  -  Name:  Ensuring Continuity of Services  /  Weighting:  55
Quality criterion  -  Name:  Value Add Services and Facilities  /  Weighting:  55
Cost criterion  -  Name:  PPPD Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 55471688.00  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:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed forty eight (48) months in aggregate.
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, at its discretion, to extend the Term for a period or periods of up to 12 months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed forty eight (48) months 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: yes
Identification of the project: This project is co-financed by the European Commission under the Asylum, Migration and Integration Fund 2014-2020 and is supported by the Department of Justice and Equality.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

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 several operators
Envisaged maximum number of participants to the framework agreement:  8
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:  16/09/2019
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  16/09/2019
Local time:  15:00

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 published on www.etenders.gov.ie (RFT #155582).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #155582).