II.1)
Scope of the procurement
Multi-supplier Framework agreement for the supply of Stationery and Office Supplies for OGP
Reference number:
PROJ000005785
Supplies
II.1.4)
Short description
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
II.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Value excluding VAT:
4500000.00
EUR
Lot 1: Government Departments
Lot No:
1
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Reports
/
Weighting:
200
Quality criterion
-
Name:
Account Management & Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Codex Ltd. Consortium
Consortium Members are: Codex Ltd (Lead) and Kelly Office Supplies
Jones Business Systems Consortium
Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland
Office Depot Consortium
Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland
Lot 2: Irish Health Sector
Lot No:
2
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Reports
/
Weighting:
200
Quality criterion
-
Name:
Account Management and Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Codex Ltd. Consortium
Consortium Members are: Codex Ltd (Lead) and Kelly Office Supplies
Jones Business Systems Consortium
Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland
Office Depot Consortium
Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland
Lot 3: Universities and IT's Throughout the State
Lot No:
3
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Reporting
/
Weighting:
200
Quality criterion
-
Name:
Account Management and Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Codex Ltd. Consortium
Consortium Members are: Codex Ltd (Lead) and Kelly Office Supplies
Jones Business Systems Consortium
Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland
Office Depot Consortium
Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland
Lot 4: LA's ETB's and Schools in Dublin, Kildare, Louth, Meath and Wicklow
Lot No:
4
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Reports
/
Weighting:
200
Quality criterion
-
Name:
Account Management and Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Codex Ltd Consortium Members are: Codex Ltd (Lead) and Kelly Office Supplies - Jones Business Systems Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland - Office Depot Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland -Sundry Supplies Ltd. Consortium , Consortium Members are: Sundry Supplies Ltd (Lead) and Fagan Office Supplies Ltd
Lot 5: LA's ETB's and Schools in Carlow, Kilkenny,Waterford and Wexford
Lot No:
5
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Report
/
Weighting:
200
Quality criterion
-
Name:
Account Management and Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Jones Business Systems Consortium
Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland
Office Depot Consortium
Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland
Lot 6: LA's ETB's and Schools in Clare, Cork, Kerry, Limerick & Tipperary
Lot No:
6
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Reports
/
Weighting:
200
Quality criterion
-
Name:
Account Management and Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Codex Ltd. Consortium
Consortium Members are: Codex Ltd (Lead) and Kelly Office Supplies
Jones Business Systems Consortium
Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland
Office Depot Consortium
Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland
Lot 7: LA's ETB's and Schools in Laois, Longford, Offaly, Westmeath, Galway, Leitrim, Mayo, Roscommo
Lot No:
7
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Reports
/
Weighting:
200
Quality criterion
-
Name:
Account Management and Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Codex Ltd. Consortium Members are: Codex Ltd (Lead) and Kelly Office Supplies
Jones Business Systems Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland - Office Depot Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland - Paperpunch Ltd. Consortium Members are: Paperpunch Ltd (Lead) and Leitrim Office Supplies
Lot 8: LA's ETB's and Schools in Cavan, Donegal & Monaghan
Lot No:
8
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP. The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
Criteria below
Quality criterion
-
Name:
Online Ordering Platform
/
Weighting:
150
Quality criterion
-
Name:
Management Information Reports
/
Weighting:
200
Quality criterion
-
Name:
Account Management and Customer Support
/
Weighting:
350
Cost criterion
-
Name:
Pricing
/
Weighting:
300
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 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 four (4) years 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:
no
II.2.14)
Additional information
Jones Business Systems Consortium
Consortium Members are: Jones Business Systems (Lead) and Office Supplies Ireland
Office Depot Consortium
Consortium Members are: Office Depot Ireland Ltd (Lead) and Viking Direct Ireland