Contract notice

Information

Published

Date of dispatch of this notice: 06/11/2019

Expire date: 11/12/2019

External Reference: 2019-289426

TED Reference: 2019/S 216-529513

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
Internet address(es):
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=156584&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

FCT022C Single Supplier Framework Contract for the provision of Electrical Goods (White Goods and Small Appliances)
Reference number:  PROJ000004187
II.1.2)

Main CPV code

39700000  -  Domestic appliances
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of a single supplier 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:
White Goods
This is defined as all the large goods most common in a domestic kitchen. It includes but not limited to fridges, freezers, washing machines, dryers, dishwashers etc.
Small Appliances
Vacuum cleaners, toasters, kettles, travel kettles, microwaves, cd players, portable radios, irons, hair dryers, hair clippers etc.
Televisions
II.1.5)

Estimated total value

Value excluding VAT: 5300000.00  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

Nationwide
Lot No:  1
II.2.2)

Additional CPV code(s)

32320000  -  Television and audio-visual equipment
39220000  -  Kitchen equipment, household and domestic items and catering supplies
39710000  -  Electrical domestic appliances
39711000  -  Electrical domestic appliances for use with foodstuffs
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will bedeemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for the award of a single supplier 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:
White Goods
This is defined as all the large goods most common in a domestic kitchen. It includes but not limited to fridges, freezers, washing machines, dryers, dishwashers etc.
Small Appliances
Vacuum cleaners, toasters, kettles, travel kettles, microwaves, cd players, portable radios, irons, hair dryers, hair clippers etc.
Televisions
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Tenderers Proposed Contract Management Plan  /  Weighting:  10
Quality criterion  -  Name:  Tenderers Proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  10
Quality criterion  -  Name:  Tenderers Proposals for distribution within the relevant geographic area in respect of each Lot  /  Weighting:  10
Quality criterion  -  Name:  Tenderer's proposals in respect of customer complaints  /  Weighting:  10
Quality criterion  -  Name:  Tenderers proposals for Environmental and Sustainability Efficiencies  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  48
Cost criterion  -  Name:  Non Core Discount  /  Weighting:  2
II.2.6)

Estimated value

Value excluding VAT: 984692.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
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.2.10)

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
II.2)

Description

II.2.1)

Title

Leinster
Lot No:  2
II.2.2)

Additional CPV code(s)

32320000  -  Television and audio-visual equipment
39220000  -  Kitchen equipment, household and domestic items and catering supplies
39710000  -  Electrical domestic appliances
39711000  -  Electrical domestic appliances for use with foodstuffs
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will bedeemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for the award of a single supplier 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:
White Goods
This is defined as all the large goods most common in a domestic kitchen. It includes but not limited to fridges, freezers, washing machines, dryers, dishwashers etc.
Small Appliances
Vacuum cleaners, toasters, kettles, travel kettles, microwaves, cd players, portable radios, irons, hair dryers, hair clippers etc.
Televisions
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Tenderers Proposed Contract Management Plan  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderers proposals for distribution within the relevant geographic area in respect of each Lot  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints and Goods Recalls Procedure  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  48
Cost criterion  -  Name:  Non Core Discount  /  Weighting:  2
II.2.6)

Estimated value

Value excluding VAT: 3026048.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
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.2.10)

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
II.2)

Description

II.2.1)

Title

Connaught & Ulster
Lot No:  3
II.2.2)

Additional CPV code(s)

32320000  -  Television and audio-visual equipment
39220000  -  Kitchen equipment, household and domestic items and catering supplies
39710000  -  Electrical domestic appliances
39711000  -  Electrical domestic appliances for use with foodstuffs
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will bedeemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for the award of a single supplier 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:
White Goods
This is defined as all the large goods most common in a domestic kitchen. It includes but not limited to fridges, freezers, washing machines, dryers, dishwashers etc.
Small Appliances
Vacuum cleaners, toasters, kettles, travel kettles, microwaves, cd players, portable radios, irons, hair dryers, hair clippers etc.
Televisions
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderers proposals for distribution within the relevant geographic area in respect of each Lot  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies  /  Weighting:  10
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  48
Cost criterion  -  Name:  Non Core Discount  /  Weighting:  2
II.2.6)

Estimated value

Value excluding VAT: 650740.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
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.2.10)

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
II.2)

Description

II.2.1)

Title

Munster
Lot No:  4
II.2.2)

Additional CPV code(s)

32320000  -  Television and audio-visual equipment
39220000  -  Kitchen equipment, household and domestic items and catering supplies
39710000  -  Electrical domestic appliances
39711000  -  Electrical domestic appliances for use with foodstuffs
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will bedeemed to include the OGP.
The Contracting Authority invites tenders (“Tenders”) from economic operators
(“Tenderers”) for the award of a single supplier 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:
White Goods
This is defined as all the large goods most common in a domestic kitchen. It includes but not limited to fridges, freezers, washing machines, dryers, dishwashers etc.
Small Appliances
Vacuum cleaners, toasters, kettles, travel kettles, microwaves, cd players, portable radios, irons, hair dryers, hair clippers etc.
Televisions
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Management Plan  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderer’s proposed methodology for ensuring Continuity of Supply and Disaster Recovery Proposals  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderers proposals for distribution within the relevant geographic area in respect of each Lot  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenderer’s proposals in respect of Proposed Customer Complaints  /  Weighting:  10
Quality criterion  -  Name:  Quality of Tenders proposal for Environmental and Sustainability Efficiencies  /  Weighting:  10
Cost criterion  -  Name:  Non Core Discount  /  Weighting:  2
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  48
II.2.6)

Estimated value

Value excluding VAT: 629992.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
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.2.10)

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:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #159847).
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 #159847).
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 #159847).
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 #159847).
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 #159847).
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 #159847).

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 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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 105-254882
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/12/2019
Local time:  12:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  11/12/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #159847).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
3A Mayor Street Upper
Dublin
IE
Telephone: +353 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisors