Contract notice

Information

Published

Date of dispatch of this notice: 12/03/2021

Expire date: 23/04/2021

External Reference: 2021-294635

TED Reference: 2021/S 053-132836

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Irish Prison Service
Dublin
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=184441&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 Ambient Goods to the Irish Prison Service for Irish Prison Service
Reference number:  PROJ000006065 - FCT053C
II.1.2)

Main CPV code

15000000  -  Food, beverages, tobacco and related products
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Minister for Justice and Equality on behalf of the Irish Prison Service (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 to this RFT (the “Goods”).
In summary, the Goods comprise:
The supply of Ambient Goods and Cooking Oil and the collection of Waste Cooking Oil as detailed in Appendix 1 and Appendix 2 of this RFT
II.1.5)

Estimated total value

Value excluding VAT: 7420000.00  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 Supply of Ambient Goods to the Irish Prison Service
Lot No:  1
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
03212213  -  Dried peas
03222115  -  Raisins
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321100  -  Orange juice
15321600  -  Apple juice
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331131  -  Processed beans
15331132  -  Processed peas
15331400  -  Preserved and/or canned vegetables
15331410  -  Beans in tomato sauce
15331411  -  Baked beans
15331420  -  Preserved tomatoes
15331423  -  Canned tomatoes
15331425  -  Tomato purée
15331427  -  Concentrated tomato purée
15331462  -  Canned peas
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332230  -  Marmalades
15332231  -  Orange marmalade
15332240  -  Fruit jellies
15332261  -  Peanut butter
15332270  -  Fruit purées
15332290  -  Jams
15332293  -  Blackcurrant jam
15332295  -  Raspberry jam
15332296  -  Strawberry jam
15332411  -  Processed currants
15332412  -  Processed raisins
15332419  -  Sultanas
15400000  -  Animal or vegetable oils and fats
15410000  -  Crude animal or vegetable oils and fats
15411100  -  Vegetable oils
15411110  -  Olive oil
15411200  -  Cooking oil
15411210  -  Frying oil
15422000  -  Refined fats
15431000  -  Margarine and similar preparations
15600000  -  Grain mill products, starches and starch products
15612000  -  Cereal or vegetable flour and related products
15612130  -  Plain flour
15612150  -  Pastry flour
15612190  -  Self-raising flour
15612300  -  Vegetable flour and meal
15612400  -  Mixes for the preparation of baker's wares
15612410  -  Cake mixes
15612420  -  Baking mixes
15612500  -  Bakery products
15613000  -  Cereal grain products
15613100  -  Ground oats
15613300  -  Cereal products
15613310  -  Prepared breakfast cereals
15613311  -  Cornflakes
15613313  -  Muesli or equivalent
15613380  -  Rolled oats
15614000  -  Processed rice
15614100  -  Long-grain rice
15615000  -  Bran
15626000  -  Custard powder
15800000  -  Miscellaneous food products
15811000  -  Bread products
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15831000  -  Sugar
15831200  -  White sugar
15831600  -  Honey
15833000  -  Sugar products
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851100  -  Uncooked pasta
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15861000  -  Coffee
15863000  -  Tea
15864100  -  Teabags
15870000  -  Condiments and seasonings
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891100  -  Meat soups
15891200  -  Fish soups
15891400  -  Soups
15891410  -  Soup mixes
15891500  -  Broths
15891600  -  Stocks
15891610  -  Mixes for stocks
15891900  -  Vegetable soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
37823100  -  Greaseproof paper
39222100  -  Disposable catering supplies
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Goods comprise:
The supply of Ambient Goods and Cooking Oil and the collection of Waste Cooking Oil as detailed in Appendix 1 and Appendix 2 of this RFT
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply, Reliable and Secure Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 7200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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:
Any contract that may result from this Competition (the “Goods Contract”) will be issued for a term of thirty-six (36) months.(“the Term”).
The Contracting Authority 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 or extensions on the same terms and conditions, subject to the Contracting Authority’s 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 Supply of Cooking Oil and Collection of Waste Cooking Oil to the Irish Prison Service
Lot No:  2
II.2.2)

Additional CPV code(s)

03211000  -  Cereals
03212213  -  Dried peas
03222115  -  Raisins
15241000  -  Coated, canned or tinned fish
15320000  -  Fruit and vegetable juices
15321000  -  Fruit juices
15321100  -  Orange juice
15321600  -  Apple juice
15321700  -  Mixtures of unconcentrated juices
15321800  -  Concentrated juices
15331131  -  Processed beans
15331132  -  Processed peas
15331400  -  Preserved and/or canned vegetables
15331410  -  Beans in tomato sauce
15331411  -  Baked beans
15331420  -  Preserved tomatoes
15331423  -  Canned tomatoes
15331425  -  Tomato purée
15331427  -  Concentrated tomato purée
15331462  -  Canned peas
15332200  -  Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332230  -  Marmalades
15332231  -  Orange marmalade
15332240  -  Fruit jellies
15332261  -  Peanut butter
15332270  -  Fruit purées
15332290  -  Jams
15332293  -  Blackcurrant jam
15332295  -  Raspberry jam
15332296  -  Strawberry jam
15332411  -  Processed currants
15332412  -  Processed raisins
15332419  -  Sultanas
15400000  -  Animal or vegetable oils and fats
15410000  -  Crude animal or vegetable oils and fats
15411100  -  Vegetable oils
15411110  -  Olive oil
15411200  -  Cooking oil
15411210  -  Frying oil
15422000  -  Refined fats
15431000  -  Margarine and similar preparations
15600000  -  Grain mill products, starches and starch products
15612000  -  Cereal or vegetable flour and related products
15612130  -  Plain flour
15612150  -  Pastry flour
15612190  -  Self-raising flour
15612300  -  Vegetable flour and meal
15612400  -  Mixes for the preparation of baker's wares
15612410  -  Cake mixes
15612420  -  Baking mixes
15612500  -  Bakery products
15613000  -  Cereal grain products
15613100  -  Ground oats
15613300  -  Cereal products
15613310  -  Prepared breakfast cereals
15613311  -  Cornflakes
15613313  -  Muesli or equivalent
15613380  -  Rolled oats
15614000  -  Processed rice
15614100  -  Long-grain rice
15615000  -  Bran
15626000  -  Custard powder
15800000  -  Miscellaneous food products
15821200  -  Sweet biscuits
15830000  -  Sugar and related products
15831000  -  Sugar
15831200  -  White sugar
15831600  -  Honey
15833100  -  Desserts
15840000  -  Cocoa; chocolate and sugar confectionery
15842000  -  Chocolate and sugar confectionery
15850000  -  Pasta products
15851100  -  Uncooked pasta
15851200  -  Prepared pasta and couscous
15860000  -  Coffee, tea and related products
15861000  -  Coffee
15863000  -  Tea
15864100  -  Teabags
15870000  -  Condiments and seasonings
15871000  -  Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200  -  Sauces, mixed condiments and mixed seasonings
15890000  -  Miscellaneous food products and dried goods
15891000  -  Soups and broths
15891100  -  Meat soups
15891200  -  Fish soups
15891400  -  Soups
15891410  -  Soup mixes
15891500  -  Broths
15891600  -  Stocks
15891610  -  Mixes for stocks
15891900  -  Vegetable soups
15893200  -  Dessert mixes
15897200  -  Canned goods
15900000  -  Beverages, tobacco and related products
37823100  -  Greaseproof paper
39222100  -  Disposable catering supplies
15811000  -  Bread products
15833000  -  Sugar products
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

In summary, the Goods comprise:
The supply of Ambient Goods and Cooking Oil and the collection of Waste Cooking Oil as detailed in Appendix 1 and Appendix 2 of this RFT
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology for Ensuring Continuity of Supply, Reliable and Secure Deliveries  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 220000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
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:
Any contract that may result from this Competition (the “Goods Contract”) will be issued for a term of thirty-six (36) months.(“the Term”).
The Contracting Authority 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 or extensions on the same terms and conditions, subject to the Contracting Authority’s 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 consult the RFT documentation for this competition (RFT 186065)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 186065)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 186065)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 186065)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 186065)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 186065)

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/04/2021
Local time:  13:00
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)
IV.2.7)

Conditions for opening of tenders

Date:  16/04/2021
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please consult the RFT documentation for this competition (RFT 186065)
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.