II.1)
Scope of the procurement
BC for Frozen Foods for Irish Prison Service
Reference number:
PROJ000006941
15896000
-
Deep-frozen products
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 Frozen Foods to the Irish Prison Services as detailed in Appendix 1 and Appendix 2 of this RFT, including Meat & Poultry, Seafood, Potato & Vegetables, Savoury, Snacks, Breads & Pastries and Ice Creams & Desserts.
II.1.6)
Information about lots
This contract is divided into lots:
no
II.1.7)
Total value of the procurement
Value excluding VAT:
3092317.08
EUR
II.2.2)
Additional CPV code(s)
15220000
-
Frozen fish, fish fillets and other fish meat
15221000
-
Frozen fish
15229000
-
Frozen fish products
15311000
-
Frozen potatoes
15311100
-
Chips or french fries
15311200
-
Diced, sliced and other frozen potatoes
15331100
-
Fresh or frozen vegetables
15331170
-
Frozen vegetables
15555000
-
Ice cream and similar products
15555100
-
Ice cream
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
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 Frozen Foods to the Irish Prison Services as detailed in Appendix 1 and Appendix 2 of this RFT, including Meat & Poultry, Seafood, Potato & Vegetables, Savoury, Snacks, Breads & Pastries and Ice Creams & Desserts.
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:
Ultimate Cost
/
Weighting:
500
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 12 months with a maximum of 1 such extensions 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.2.14)
Additional information
The Client reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 1 such extensions permitted subject to its obligations at law