Dublin City, Fingal, South Dublin, Dun Laoghaire/Rathdown
Lot No:
1
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Louth, Meath, Wicklow, Kildare
Lot No:
2
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Laois, Wexford, Waterford, Tipperary, Carlow, Kilkenny, Offaly
Lot No:
3
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Limerick, Clare, Kerry, Cork
Lot No:
4
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Galway, Cavan, Monaghan, Longford, Westmeath, Leitrim, Mayo, Sligo, Donegal, Roscommon
Lot No:
5
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Dublin City, Fingal, South Dublin, Dun Laoghaire/Rathdown
Lot No:
6
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Louth, Meath, Wicklow, Kildare
Lot No:
7
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Laois, Wexford, Waterford, Tipperary, Carlow, Kilkenny, Offaly
Lot No:
8
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Limerick, Clare, Kerry, Cork
Lot No:
9
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Galway, Cavan, Monaghan, Longford, Westmeath, Leitrim, Mayo, Sligo, Donegal, Roscommon
Lot No:
10
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Used where a Framework Client has a requirement that spans across more than one of the above Lots.
Lot No:
11
II.2.2)
Additional CPV code(s)
55320000
-
Meal-serving services
55321000
-
Meal-preparation services
55322000
-
Meal-cooking services
55330000
-
Cafeteria services
55400000
-
Beverage-serving services
55510000
-
Canteen services
II.2.4)
Description of the procurement
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 provision of the services as described in Appendix 1 to this RFT (the “Services”).
Criteria below
Quality criterion
-
Name:
Quality of Tenderer’s proposed Mobilisation and Transition Methodology
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Operational Plan, Offer and Innovation
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposed Contract Performance Management and Reporting
/
Weighting:
200
Quality criterion
-
Name:
Quality of Tenderer’s proposals in respect of Health, Safety and Environment
/
Weighting:
200
Cost criterion
-
Name:
Ultimate Notional Cost
/
Weighting:
200
II.2.11)
Information about options
Options:
yes
Description of options:
One (1) extension for a period of twelve (12) months
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no