General Dried Goods, Health & Baby Food
Lot No:
1
II.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 3060000.00
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:
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. 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.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 2654000.00
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:
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. 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
Beverages (Hot & Cold) & Juices
Lot No:
3
II.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 8324000.00
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:
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. 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.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 660000.00
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:
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. 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.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 4704000.00
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:
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. 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
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. The Term will not exceed four (4) years in aggregate
Cereals, Convenience, Pasta & Grains
Lot No:
6
II.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 4308000.00
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:
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. 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
Salt, Spices, Herbs & Sauces
Lot No:
7
II.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 3500000.00
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:
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. 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
Tinned Fruit, Tinned Vegetables & Tinned Fish
Lot No:
8
II.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 3452000.00
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:
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. 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.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 2088000.00
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:
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. 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.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 2840000.00
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:
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. 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
Sugar & Sweeteners
Lot No:
11
II.2.2)
Additional CPV code(s)
03211000
-
Cereals
15240000
-
Canned or tinned fish and other prepared or preserved fish
15241000
-
Coated, canned or tinned fish
15320000
-
Fruit and vegetable juices
15321000
-
Fruit juices
15321700
-
Mixtures of unconcentrated juices
15321800
-
Concentrated juices
15331400
-
Preserved and/or canned vegetables
15332200
-
Jams and marmalades; fruit jellies; fruit or nut purée and pastes
15332290
-
Jams
15411100
-
Vegetable oils
15411200
-
Cooking oil
15411210
-
Frying oil
15612500
-
Bakery products
15613310
-
Prepared breakfast cereals
15800000
-
Miscellaneous food products
15811000
-
Bread products
15811500
-
Prepared bread products
15820000
-
Rusks and biscuits; preserved pastry goods and cakes
15821200
-
Sweet biscuits
15830000
-
Sugar and related products
15833000
-
Sugar products
15833100
-
Desserts
15840000
-
Cocoa; chocolate and sugar confectionery
15842000
-
Chocolate and sugar confectionery
15850000
-
Pasta products
15851200
-
Prepared pasta and couscous
15860000
-
Coffee, tea and related products
15871000
-
Vinegar; sauces; mixed condiments; mustard flour and meal; prepared mustard
15871200
-
Sauces, mixed condiments and mixed seasonings
15872000
-
Herbs and spices
15884000
-
Baby food
15890000
-
Miscellaneous food products and dried goods
15891000
-
Soups and broths
15891300
-
Mixed soups
15893200
-
Dessert mixes
15897200
-
Canned goods
15900000
-
Beverages, tobacco and related products
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier framework contract (“The Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
1.2
In summary, the Goods comprise:
Ambient Goods to the Health Service Executive as detailed in Appendix 1 and Appendix 2 of this RFT including dried goods, soups, beverages, preserves and desserts.
1.3
This single supplier framework will be divided into eleven (11) Lots (each a “Lot”) as described below. Each Lot will result in a separate contract (each a “Framework Contract”).
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 and Reliable 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
Value excluding VAT: 1662000.00
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:
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. 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