Contract notice

Information

Published

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

Expire date: 09/04/2021

External Reference: 2021-289668

TED Reference: 2021/S 046-114940

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

HSE
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=183895&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

Contract for Frozen Food Products for the HSE
Reference number:  PROJ000006031
II.1.2)

Main CPV code

15896000  -  Deep-frozen products
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Health Service Executive (HSE) (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 HSE Mid-West, West, North West, South and South East 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.1.5)

Estimated total value

Value excluding VAT: 6520000.00  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 Mid-West
Lot No:  1
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

In summary, the Goods comprise:
The supply of Frozen Foods to the HSE Mid-West, West, North West, South and South East
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.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  120
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1280000.00  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 six (6) 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.
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 West
Lot No:  2
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

In summary, the Goods comprise:
The supply of Frozen Foods to the HSE Mid-West, West, North West, South and South East
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.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  120
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1420000.00  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 six (6) 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.
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 3 North West
Lot No:  3
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

In summary, the Goods comprise:
The supply of Frozen Foods to the HSE Mid-West, West, North West, South and South East
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.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  120
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1080000.00  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 six (6) 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.
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 4 South
Lot No:  4
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

In summary, the Goods comprise:
The supply of Frozen Foods to the HSE Mid-West, West, North West, South and South East
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.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  120
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1600000.00  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 six (6) 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.
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 5 South East
Lot No:  5
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

In summary, the Goods comprise:
The supply of Frozen Foods to the HSE Mid-West, West, North West, South and South East
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.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of proposed Product Traceability  /  Weighting:  120
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect Goods Recalls, Client Complaints Procedure and Corrective Actions  /  Weighting:  120
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 1140000.00  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 six (6) 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.
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 185550)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 185550)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 185550)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 185550)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 185550)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 185550)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2020/S 190-458006
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/04/2021
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  09/04/2021
Local time:  11:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
VI.3)

Additional information

Please consult the RFT documentation for this competition (RFT 185550)
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.