Contract notice

Information

Published

Date of dispatch of this notice: 05/11/2020

Expire date: 10/12/2020

External Reference: 2020-265864

TED Reference: 2020/S 219-537069

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: OGP Support
Telephone: +76 1008000
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=177337&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

Frozen Foods for Irish Prison Service and Defence Forces
Reference number:  PROJ000006064
II.1.2)

Main CPV code

15896000  -  Deep-frozen products
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Minister for Justice & Equality on behalf of the Irish Prison Service (the “Contracting Authority”) and the Minister for Defence on behalf of the Defence Forces (the “Contracting Authority”) (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”).
As per above, there are two separate Contracting Authorities (the “Contracting Authority”). Each Contracting Authority will be signing their own contract documents etc. at the conclusion of the competition.
1.2
In summary, the Goods comprise:
Frozen Foods to the Irish Prison Service and Defence Forces 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: 5720000.00  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

Irish Prison Service
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

The Minister for Justice & Equality on behalf of the Irish Prison Service (the “Contracting Authority”) and the Minister for Defence on behalf of the Defence Forces (the “Contracting Authority”) (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”).
As per above, there are two separate Contracting Authorities (the “Contracting Authority”). Each Contracting Authority will be signing their own contract documents etc. at the conclusion of the competition.
1.2
In summary, the Goods comprise:
Frozen Foods to the Irish Prison Service and Defence Forces 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:  Tenderer’s proposed Contract Management Plan  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposed methodology for ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposed methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposals in respect of Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposals in respect of Goods Recalls, Customer Complaints and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 3800000.00  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 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.
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

Defence Forces
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

The Minister for Justice & Equality on behalf of the Irish Prison Service (the “Contracting Authority”) and the Minister for Defence on behalf of the Defence Forces (the “Contracting Authority”) (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”).
As per above, there are two separate Contracting Authorities (the “Contracting Authority”). Each Contracting Authority will be signing their own contract documents etc. at the conclusion of the competition.
1.2
In summary, the Goods comprise:
Frozen Foods to the Irish Prison Service and Defence Forces 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:  Tenderer’s proposed Contract Management Plan  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposed methodology for ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposed methodology in respect of Disaster Recovery Proposals  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposals in respect of Product Traceability  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposals in respect of Goods Recalls, Customer Complaints and Corrective Actions  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  500
II.2.6)

Estimated value

Value excluding VAT: 1920000.00  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 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.
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 #179449
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 #179449
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 #179449
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 #179449
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 #179449
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 #179449

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: 2020/S 121-294351
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/12/2020
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:  10/12/2020
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 179449
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

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