Contract notice

Information

Published

Date of dispatch of this notice: 28/11/2020

Expire date: 21/12/2020

External Reference: 2020-271308

TED Reference: 2020/S 230-567182

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Minister for Children, Equality, Disability, Integration & Youth
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
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=178290&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

Multi Supplier Framework Agreement for the provision of premises within Ireland for persons arriving to Ireland under the Irish Refugee Protection Programme seeking International Protection
Reference number:  PROJ000005849
II.1.2)

Main CPV code

55110000  -  Hotel accommodation services
II.1.3)

Type of contract

Services
II.1.4)

Short description

In summary, the Services comprise:
The provision of suitable premises, Resettlement and Orientation Centres (“ROC”) within Ireland for persons arriving in Ireland under the Irish Refugee Protection Programme and the management, catering, housekeeping, general maintenance and security services thereof, as described in this RFT. Divisions of the Contracting Authority which are charged with providing accommodation and ancillary services to persons arriving in Ireland under the Irish Refugee Protection Programme are the International Protection Procurement Service (IPPS) and the Irish Refugee Protection Programme (“IRPP”). This structure provides persons seeking or recently granted international protection with accommodation and related services in ROC.
II.1.5)

Estimated total value

Value excluding VAT: 23925750.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50800000  -  Miscellaneous repair and maintenance services
55100000  -  Hotel services
55520000  -  Catering services
70331000  -  Residential property services
70333000  -  Housing services
77314000  -  Grounds maintenance services
79710000  -  Security services
98341100  -  Accommodation management services
98341110  -  Housekeeping services
II.2.3)

Place of performance

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

Description of the procurement

In summary, the Services comprise:
The provision of suitable premises, Resettlement and Orientation Centres (“ROC”) within Ireland for persons arriving in Ireland under the Irish Refugee Protection Programme and the management, catering, housekeeping, general maintenance and security services thereof, as described in this RFT. Divisions of the Contracting Authority which are charged with providing accommodation and ancillary services to persons arriving in Ireland under the Irish Refugee Protection Programme are the International Protection Procurement Service (IPPS) and the Irish Refugee Protection Programme (“IRPP”). This structure provides persons seeking or recently granted international protection with accommodation and related services in ROC.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Services Proposed  /  Weighting:  360
Quality criterion  -  Name:  Catering  /  Weighting:  120
Quality criterion  -  Name:  Food Hygiene, Health & Safety and Environment  /  Weighting:  60
Quality criterion  -  Name:  Ensuring Continuity of Service  /  Weighting:  30
Quality criterion  -  Name:  Value Add  /  Weighting:  30
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 23925750.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: 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, at its discretion and subject to its obligations at
law, to extend the Framework Term for a period or periods of up to twelve (12) months with
a maximum of two (2) of such extensions on the same term with a maximum of two (2) of
such extensions on the same terms and conditions
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 Children, Equality, Disability, Integration and Youth

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 #180362).
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 #180362).
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 #180362).
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 #180362).
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 #180362).
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 #180362).

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:  3
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:  21/12/2020
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  21/12/2020
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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 advisors