II.1)
Scope of the procurement
Contract for Office Furniture to HSE Equipping Projects
Reference number:
PROJ000005068
39130000
-
Office furniture
Supplies
II.1.4)
Short description
The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”)
In summary, the Goods comprise: Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating.
II.1.5)
Estimated total value
Value excluding VAT: 3500000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Office Furniture Nationwide
Lot No:
1
II.2.2)
Additional CPV code(s)
39000000
-
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000
-
Furniture
39111000
-
Seats
39120000
-
Tables, cupboards, desk and bookcases
39121000
-
Desks and tables
39121100
-
Desks
39121200
-
Tables
39122000
-
Cupboards and bookcases
39122100
-
Cupboards
39122200
-
Bookcases
79934000
-
Furniture design services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
125
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.
/
Weighting:
75
Quality criterion
-
Name:
Quality of Tenders proposal for Environmental and Sustainability Efficiencies.
/
Weighting:
50
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
500
Value excluding VAT: 2800000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
This contract is subject to renewal:
yes
Description of renewals:
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
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
Beam Seating Wooden Shell Seat Nationwide
Lot No:
2
II.2.2)
Additional CPV code(s)
39000000
-
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000
-
Furniture
39111000
-
Seats
39120000
-
Tables, cupboards, desk and bookcases
39121000
-
Desks and tables
39121100
-
Desks
39121200
-
Tables
39122000
-
Cupboards and bookcases
39122100
-
Cupboards
39122200
-
Bookcases
79934000
-
Furniture design services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
125
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.
/
Weighting:
75
Quality criterion
-
Name:
Quality of Tenders proposal for Environmental and Sustainability Efficiencies.
/
Weighting:
50
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
500
Value excluding VAT: 250000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
This contract is subject to renewal:
yes
Description of renewals:
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
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
Beam Seating Polypropylene Seat and Back Nationwide
Lot No:
3
II.2.2)
Additional CPV code(s)
39000000
-
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000
-
Furniture
39111000
-
Seats
39120000
-
Tables, cupboards, desk and bookcases
39121000
-
Desks and tables
39121100
-
Desks
39121200
-
Tables
39122000
-
Cupboards and bookcases
39122100
-
Cupboards
39122200
-
Bookcases
79934000
-
Furniture design services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
125
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.
/
Weighting:
75
Quality criterion
-
Name:
Quality of Tenders proposal for Environmental and Sustainability Efficiencies.
/
Weighting:
50
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
500
Value excluding VAT: 250000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
This contract is subject to renewal:
yes
Description of renewals:
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
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
Linked Seating Nationwide
Lot No:
4
II.2.2)
Additional CPV code(s)
39000000
-
Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39100000
-
Furniture
39111000
-
Seats
39120000
-
Tables, cupboards, desk and bookcases
39121000
-
Desks and tables
39121100
-
Desks
39121200
-
Tables
39122000
-
Cupboards and bookcases
39122100
-
Cupboards
39122200
-
Bookcases
79934000
-
Furniture design services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Health Service Executive (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 & 2 to this RFT (the “Goods”).
In summary, the Goods comprise:
Office and Reception Furniture to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including Beam Seating
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
125
Quality criterion
-
Name:
Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals.
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.
/
Weighting:
75
Quality criterion
-
Name:
Quality of Tenders proposal for Environmental and Sustainability Efficiencies.
/
Weighting:
50
Cost criterion
-
Name:
Ultimate Cost
/
Weighting:
500
Value excluding VAT: 200000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
This contract is subject to renewal:
yes
Description of renewals:
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
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