Contract notice

Information

Published

Date of dispatch of this notice: 11/05/2023

Expire date: 12/06/2023

External Reference: 2023-210699

TED Reference: 2023/S 094-288824

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Mayo, Sligo and Leitrim ETB
N/A
Quay Street
Sligo
Sligo
IE
Contact person: Emma Smith
Telephone: +353 719194800
NUTS code:  IE042 -  West
Internet address(es):
Main address: http://www.msletb.ie/

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=241367&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

Regional or local authority
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

School Meals (with concession) MSLETB St Brendan's Belmullet
II.1.2)

Main CPV code

55524000  -  School catering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

MSLETB St Brendan’s College is a post primary DEIS school located in Belmullet, Co. Mayo. Proposals are being sought from competent Food Caterers for the provision of school meals and a concession catering service contract as part of the School Meals Programme facilitated by the Department of Social Protection.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

55520000  -  Catering services
55524000  -  School catering services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
Main site or place of performance:  
Belmullet, Co. Mayo
II.2.4)

Description of the procurement

The Contracting Authority requires the provision of a sustainable (evolving process) healthy, balanced and nutritious catering service to its students, staff and visitors using the existing School canteen areas and kitchenette ancillary areas. A high quality, responsive and flexible service is required in providing a range of hot and cold foods and beverages. The menu must be in line with the School’s Healthy Eating Policy, the Department of Health guidelines for healthy eating and the requirements of the School Meals Scheme.
In order to prevent menu-fatigue a varied choice of meals should be provided and seasonality of produce considered. The successful tenderer will be expected to create value for money menus taking into consideration the socio-economic conditions of the area and must also provide a number of ‘special theme’ catering days as the occasion demands.
Lunch meal deals are also encouraged i.e. hot lunch, fruit and drink package etc. Consideration should also be given for the range of dietary needs (cultural/health) and all information on the menus and labelling of all products should reflect same
Funding is provided for School Meals (Local projects) Scheme through the Department of Employment Affairs and Social Protection. Funding is allocated on a school year basis and must be applied for each year. There is no automatic entitlement to funding and all applications are considered on the available budget for the Scheme. Whilst this competition is being run for a specific period it is entirely dependent on the aforementioned funding, and MSLETB reserve the right to cancel the contract in the event that funding is no longer forthcoming.
In addition to the School Meals Scheme, this tender process provides a concession arrangement whereby students and staff can purchase products directly. A full list of offerings will be required with pricing for all items offered for sale to staff can purchase products directly.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1200000.00  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:  
Two extensions of twenty four months each subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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:  Refer to tender documents on e-Tenders 239997
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
For the hospitality/catering sector with certification in Food Safety and all legislation regarding the provision of food.

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/06/2023
Local time:  11:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  12/06/2023
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
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin 7
IE

VI.4.2)

Body responsible for mediation procedures

The High Court
Four Courts
Dublin 7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Inside Standstill Period as indicated in the Tender Documents
VI.4.4)

Service from which information about the review procedure may be obtained

Mayo Sligo and Leitrim ETB
Sligo
IE