Contract notice

Information

Published

Date of dispatch of this notice: 04/09/2019

Expire date: 04/10/2019

External Reference: 2019-250717

TED Reference: 2019/S 171-417012

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Galway Mayo Institute of Technology
N/A
Dublin Road
Galway
IE
Contact person: Corinna Gavin
Telephone: +353 91742117
Fax: +353 91759706
Internet address(es):
Main address: https://www.gmit.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=153234&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

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

GMIT - Establishment of a Single Party Framework Agreement for General Furniture Supply, Delivery and Installation.
II.1.2)

Main CPV code

39100000  -  Furniture
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

GMIT intends to establish a single party framework agreement for the supply, delivery & installation of office furniture on a draw down basis. All furniture must be designed to conform to the strength and stability requirements of British and European performance standards or equivalent. It is essential that all Fittings and Furniture shall:
• Comply fully with the specifications and be durable and safe for use in a Third Level Institution (Strength & Stability).
• Comply fully with the standards as detailed and shall comply fully with current European (EN) standards/ British Standard.
Please refer to the Tender Documents for more details
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

39000000  -  Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
39130000  -  Office furniture
39134000  -  Computer furniture
39141000  -  Kitchen furniture and equipment
39142000  -  Garden furniture
39144000  -  Bathroom furniture
39150000  -  Miscellaneous furniture and equipment
39151000  -  Miscellaneous furniture
39155000  -  Library furniture
39157000  -  Parts of furniture
39180000  -  Laboratory furniture
50850000  -  Repair and maintenance services of furniture
II.2.3)

Place of performance

Main site or place of performance:  
GMIT Campus Galway
II.2.4)

Description of the procurement

GMIT intends to establish a single party framework agreement for the supply, delivery & installation of office furniture on a draw down basis. All furniture must be designed to conform to the strength and stability requirements of British and European performance standards or equivalent. It is essential that all Fittings and Furniture shall:
• Comply fully with the specifications and be durable and safe for use in a Third Level Institution (Strength & Stability).
• Comply fully with the standards as detailed and shall comply fully with current European (EN) standards/ British Standard.
Please refer to the Tender Documents for more details
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: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
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:  As per Qualification Questionnaire
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.2.2)

Contract performance conditions

As per Tender Documents
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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 a single operator
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:  04/10/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties
2) This is the sole call for competition for this framework.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that the successful tenderer is and remains tax compliant.
6) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
7) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
8) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Inns Quay Dublin 7
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of concerned candidates and tenderers. The duration of the Contracting Authority will not conclude this framework agreement (and the reviewable public contract) to which a standstill period applies in accordance with Irish Statutory standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement (including the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement and reviewable public contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Consult a legal advisor’
Ireland
IE