Contract notice

Information

Published

Date of dispatch of this notice: 17/04/2020

Expire date: 22/05/2020

External Reference: 2020-204596

TED Reference: 2020/S 078-184578

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

National Museum of Ireland
N/A
Collins Barracks
Dublin 7
Benburb Street
IE
Telephone: +353 014020114
Internet address(es):
Main address: www.museum.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=165831&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

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework for Cleaning Services for the National Museum of Ireland locations
II.1.2)

Main CPV code

90910000  -  Cleaning services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The National Museum of Ireland (NMI) invites expressions of interest in relation to cleaning services to be awarded as a single party framework agreement for 5 years. The overall scope of the framework will be to provide a comprehensive commercial cleaning service, on both a planned and reactive basis, to various NMI premises for a period of up to five (5) years duration. The framework will include both scheduled services and call out cover in the event of urgent unscheduled requirements. Critical events will demand a four (4) hour maximum response time. It is an essential requirement that the framework operator will fully comply with all statutory requirements (including but not limited to Health and Safety) in the delivery of the services required under the framework.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90911300  -  Window-cleaning services
II.2.3)

Place of performance

Main site or place of performance:  
At various locations in Dublin and Mayo, Ireland
II.2.4)

Description of the procurement

The National Museum of Ireland (NMI) invites expressions of interest in relation to cleaning services to be awarded as a single party framework agreement for 5 years. The overall scope of the framework will be to provide a comprehensive commercial cleaning service, on both a planned and reactive basis, to various NMI premises for a period of up to five (5) years duration. The framework will include both scheduled services and call out cover in the event of urgent unscheduled requirements. Critical events will demand a four (4) hour maximum response time. It is an essential requirement that the framework operator will fully comply with all statutory requirements (including but not limited to Health and Safety) in the delivery of the services required under the framework.
It is an essential requirement that the framework operator will fully comply with all statutory requirements (including but not limited to Health and Safety) in the delivery of the services required under the framework.
The Contracting Authority is located in the following locations: (i) National Museum, Collins Barracks, Benburb St, Dublin 7; (ii) The Museum of Country Life, Turlough Park House, Castlebar, Co. Mayo; (iii) National Museum Collection and Resource Centre Swords, Co. Dublin.
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: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is anticipated that 5 firms will be invited to tender, subject to that number qualifying, Tiebreaks may result in additional numbers being invited.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
A contract will be awarded under the framework for 2 years, with the option at the discretion of the Contracting Authority to award for 3 additional years, on an annual basis.
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 framework will include but will not be limited to the following main categories of service:
Element 1: Cleaning Services (Internal Areas)
Element 2: Specialist Cleaning Services
Element 3: Window Cleaning Services
Applicants must be capable of providing all services and the invited tenderers will be required to submit a tender for all of these services at all locations listed.

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:  As per the qualification questionnaire available to download from www.etenders.gov.ie using System ID / RFT ID 168595.
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

III.2.2)

Contract performance conditions

As per the qualification questionnaire available to download from www.etenders.gov.ie using System ID / RFT ID 168595.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to the nature of the service, the cost of changing service provider is significant for the contracting authority and for this reason a slightly longer term framework is being awarded.
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:  22/05/2020
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 : 12  (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:  
Likely to be renewed upon expiry of this framework.
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:168595) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contract / framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification of award decision