Contract notice

Information

Published

Date of dispatch of this notice: 08/07/2019

Expire date: 14/08/2019

External Reference: 2019-264075

TED Reference: 2019/S 132-324564

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Department of Justice & Equality
51 St Stephens Green
Dublin 2
Dublin
IE
Contact person: The Office of Government Procurement
Internet address(es):
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=149816&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

Multisupplier framework Agreement for the provision of premises within the West region including the provision of Management, Catering, Housekeeping, General Maintenance and Security Services for
Reference number:  PROJ000004879 - EMS046F
II.1.2)

Main CPV code

98341100  -  Accommodation management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Department of Justice and Equality (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”).
II.1.5)

Estimated total value

Value excluding VAT: 33890064.00  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

Provision of Services in the West region for Single Persons Only
Lot No:  1
II.2.2)

Additional CPV code(s)

55241000  -  Holiday centre services
98341000  -  Accommodation services
98341110  -  Housekeeping services
98341140  -  Caretaker services
II.2.4)

Description of the procurement

The Department of Justice and Equality (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”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Proposed Service  /  Weighting:  600
Quality criterion  -  Name:  Cost  /  Weighting:  400
Price  -  Weighting:  1000
II.2.6)

Estimated value

Value excluding VAT: 8898202.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
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 two (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 forty eight (48) months in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
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 two (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 forty eight (48) months 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: yes
Identification of the project: This project is co-financed by the European Commission under the Asylum, Migration and Integration Fund 2014-2020 and is supported by the Department of Justice and Equality.
II.2)

Description

II.2.1)

Title

Provision of Services in West region for Families/Couples/Single Persons
Lot No:  2
II.2.2)

Additional CPV code(s)

55241000  -  Holiday centre services
98341000  -  Accommodation services
98341110  -  Housekeeping services
98341140  -  Caretaker services
II.2.4)

Description of the procurement

The Department of Justice and Equality (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”).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Proposed Service  /  Weighting:  600
Quality criterion  -  Name:  Cost  /  Weighting:  400
Price  -  Weighting:  1000
II.2.6)

Estimated value

Value excluding VAT: 24991862.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:  
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 two (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 forty eight (48) months in aggregate.
II.2.10)

Information about variants

Variants will be accepted: no
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 two (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 forty eight (48) months 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: yes
Identification of the project: This project is co-financed by the European Commission under the Asylum, Migration and Integration Fund 2014-2020 and is supported by the Department of Justice and Equality.

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 153481)
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 153481)
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 153481)
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 153481)
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 153481)
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 153481)

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 several operators
Envisaged maximum number of participants to the framework agreement:  7
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:  08/08/2019
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  08/08/2019
Local time:  15:00

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 #153481).
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

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