II.1)
Scope of the procurement
Framework for Cleaning Services for the National Museum of Ireland locations
90910000
-
Cleaning services
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.2.2)
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
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.