Contract notice

Information

Published

Date of dispatch of this notice: 01/07/2020

Expire date: 11/08/2020

External Reference: 2020-210458

TED Reference: 2020/S 128-312653

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=169602&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 Light Catering Equipment
Reference number:  PROJ000005382
II.1.2)

Main CPV code

39311000  -  Light catering equipment
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 for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Light Catering Equipment and Kitchen Utensils:
This includes but not limited to microwaves, grills, toasters, food processors, blenders, water boilers and soup kettles, colour coded knives, chopping boards, pots and pans, gastronorm pans, baking trays, food storage boxes, weighing scales, food thermometers, soup ladles, whisks and tongs.
Hospitality Tableware:
Crockery including Cutlery and Glassware
II.1.5)

Estimated total value

Value excluding VAT: 1380000.00  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

Lot 1 - All Twenty Six Counties
Lot No:  1
II.2.2)

Additional CPV code(s)

39221100  -  Kitchenware
39221110  -  Crockery
39221120  -  Cups and glasses
39221121  -  Cups
39221122  -  Cuplets
39221123  -  Drinking glasses
39221130  -  Food containers
39221150  -  Vacuum flasks
39221160  -  Trays
39221170  -  Drying racks
39221180  -  Cooking utensils
39221190  -  Plate racks
39221200  -  Tableware
39221210  -  Plates
39221220  -  Dishes
39221230  -  Saucers
39221240  -  Bowls
39222200  -  Food trays
39223000  -  Spoons, forks
39223100  -  Spoons
39223200  -  Forks
39240000  -  Cutlery
39241000  -  Knives and scissors
39241100  -  Knives
39241110  -  Table knives
39241120  -  Cooks' knives
39310000  -  Catering equipment
39312000  -  Food-preparation equipment
39314000  -  Industrial kitchen equipment
42923000  -  Weighing machinery and scales
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 for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Light Catering Equipment and Kitchen Utensils:
This includes but not limited to microwaves, grills, toasters, food processors, blenders, water boilers and soup kettles, colour coded knives, chopping boards, pots and pans, gastronorm pans, baking trays, food storage boxes, weighing scales, food thermometers, soup ladles, whisks and tongs.
Hospitality Tableware:
Crockery including Cutlery and Glassware
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies.  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 960000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client 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 permitted subject to its obligations at law.
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

Lot 2 - Leinster
Lot No:  2
II.2.2)

Additional CPV code(s)

39221100  -  Kitchenware
39221110  -  Crockery
39221120  -  Cups and glasses
39221121  -  Cups
39221122  -  Cuplets
39221123  -  Drinking glasses
39221130  -  Food containers
39221150  -  Vacuum flasks
39221160  -  Trays
39221170  -  Drying racks
39221180  -  Cooking utensils
39221190  -  Plate racks
39221200  -  Tableware
39221210  -  Plates
39221220  -  Dishes
39221230  -  Saucers
39221240  -  Bowls
39222200  -  Food trays
39223000  -  Spoons, forks
39223100  -  Spoons
39223200  -  Forks
39240000  -  Cutlery
39241000  -  Knives and scissors
39241100  -  Knives
39241110  -  Table knives
39241120  -  Cooks' knives
39310000  -  Catering equipment
39312000  -  Food-preparation equipment
39314000  -  Industrial kitchen equipment
42923000  -  Weighing machinery and scales
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 for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Light Catering Equipment and Kitchen Utensils:
This includes but not limited to microwaves, grills, toasters, food processors, blenders, water boilers and soup kettles, colour coded knives, chopping boards, pots and pans, gastronorm pans, baking trays, food storage boxes, weighing scales, food thermometers, soup ladles, whisks and tongs.
Hospitality Tableware:
Crockery including Cutlery and Glassware
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 240000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client 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 permitted subject to its obligations at law.
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

Lot 3 - Connaught & Ulster
Lot No:  3
II.2.2)

Additional CPV code(s)

39221100  -  Kitchenware
39221110  -  Crockery
39221120  -  Cups and glasses
39221121  -  Cups
39221122  -  Cuplets
39221123  -  Drinking glasses
39221130  -  Food containers
39221150  -  Vacuum flasks
39221160  -  Trays
39221170  -  Drying racks
39221180  -  Cooking utensils
39221190  -  Plate racks
39221200  -  Tableware
39221210  -  Plates
39221220  -  Dishes
39221230  -  Saucers
39221240  -  Bowls
39222200  -  Food trays
39223000  -  Spoons, forks
39223100  -  Spoons
39223200  -  Forks
39240000  -  Cutlery
39241000  -  Knives and scissors
39241100  -  Knives
39241110  -  Table knives
39241120  -  Cooks' knives
39310000  -  Catering equipment
39312000  -  Food-preparation equipment
39314000  -  Industrial kitchen equipment
42923000  -  Weighing machinery and scales
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 for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Light Catering Equipment and Kitchen Utensils:
This includes but not limited to microwaves, grills, toasters, food processors, blenders, water boilers and soup kettles, colour coded knives, chopping boards, pots and pans, gastronorm pans, baking trays, food storage boxes, weighing scales, food thermometers, soup ladles, whisks and tongs.
Hospitality Tableware:
Crockery including Cutlery and Glassware
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 80000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client 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 permitted subject to its obligations at law.
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

Lot 4 - Munster
Lot No:  4
II.2.2)

Additional CPV code(s)

39221100  -  Kitchenware
39221110  -  Crockery
39221120  -  Cups and glasses
39221121  -  Cups
39221122  -  Cuplets
39221123  -  Drinking glasses
39221130  -  Food containers
39221150  -  Vacuum flasks
39221160  -  Trays
39221170  -  Drying racks
39221180  -  Cooking utensils
39221190  -  Plate racks
39221200  -  Tableware
39221210  -  Plates
39221220  -  Dishes
39221230  -  Saucers
39221240  -  Bowls
39222200  -  Food trays
39223000  -  Spoons, forks
39223100  -  Spoons
39223200  -  Forks
39240000  -  Cutlery
39241000  -  Knives and scissors
39241100  -  Knives
39241110  -  Table knives
39241120  -  Cooks' knives
39310000  -  Catering equipment
39312000  -  Food-preparation equipment
39314000  -  Industrial kitchen equipment
42923000  -  Weighing machinery and scales
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 for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Light Catering Equipment and Kitchen Utensils:
This includes but not limited to microwaves, grills, toasters, food processors, blenders, water boilers and soup kettles, colour coded knives, chopping boards, pots and pans, gastronorm pans, baking trays, food storage boxes, weighing scales, food thermometers, soup ladles, whisks and tongs.
Hospitality Tableware:
Crockery including Cutlery and Glassware
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  175
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints.  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies  /  Weighting:  100
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Client 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 permitted subject to its obligations at law.
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 published on www.etenders.gov.ie (RFT #172126).
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 published on www.etenders.gov.ie (RFT #172126).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #172126).
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 published on www.etenders.gov.ie (RFT #172126).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #172126).
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 published on www.etenders.gov.ie (RFT #172126).

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 a single operator
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 179-435256
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/08/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  11/08/2020
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 published on www.etenders.gov.ie (RFT #172126)
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 your own legal advisors