Contract notice

Information

Published

Date of dispatch of this notice: 04/04/2023

Expire date: 08/05/2023

External Reference: 2023-262757

TED Reference: 2023/S 070-213629

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Atlantic Technological University
IE3926731JH
Donegal Port Road
Letterkenny
Co.Donegal
IE
Contact person: Corinna Gavin
Telephone: +353 91742117
NUTS code:  IE042 -  West
Internet address(es):
Main address: https://www.atu.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=238835&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

ATU Catering Services
Reference number:  ATU Catering Services
II.1.2)

Main CPV code

55500000  -  Canteen and catering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority proposes to engage in a competitive process for the establishment of three Single Party framework Agreements under three lots using the competitive procedure with negotiation for the provision of a comprehensive, high quality, flexible, innovative and responsive catering service delivered at the following ATU locations:
• LOT 1 - ATU Galway City, Wellpark Road, Monivea Road, Galway H91 DY9Y (CCAM – Centre for Creative Arts & Media)
• LOT 2 - ATU Mayo Campus, Westport Road, Castlebar, Co Mayo F23 X853
• LOT 3 - ATU Sligo Campuses, Ash Lane, Sligo F91 YW50
Customers of the service will be students, staff and visitors to the University.
II.1.5)

Estimated total value

Value excluding VAT: 8000000.00  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

ATU Catering Services
Lot No:  1
II.2.2)

Additional CPV code(s)

55520000  -  Catering services
55524000  -  School catering services
55500000  -  Canteen and catering services
55510000  -  Canteen services
55511000  -  Canteen and other restricted-clientele cafeteria services
55512000  -  Canteen management services
II.2.3)

Place of performance

NUTS code:  IE042 -  West
NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
ATU Galway Mayo, ATU Sligo, ATU Donegal
II.2.4)

Description of the procurement

The Contracting Authority proposes to engage in a competitive process for the establishment of three Single Party framework Agreements under three lots using the competitive procedure with negotiation for the provision of a comprehensive, high quality, flexible, innovative and responsive catering service delivered at the following ATU locations:
• LOT 1 - ATU Galway City, Wellpark Road, Monivea Road, Galway H91 DY9Y (CCAM – Centre for Creative Arts & Media)
• LOT 2 - ATU Mayo Campus, Westport Road, Castlebar, Co Mayo F23 X853
• LOT 3 - ATU Sligo Campuses, Ash Lane, Sligo F91 YW50
The Contracting Authority is employing the competitive procedure with negotiation for this procurement given the complexity and risk associated with the procurement in accordance with Art. 26 of Directive 2014/24/EU.
It should be emphasised that the Contracting Authority reserves the right to award the framework agreement directly following receipt of initial tenders without recourse to negotiations with individual tenderers.
It should also be noted that the Contracting Authority reserves the right to employ a negotiation stage for the award of any contract under the framework agreement.
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: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 220
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
Objective criteria for choosing the limited number of candidates:
The Contracting Authority is employing the competitive procedure with negotiation for this procurement given the complexity and risk associated with the procurement in accordance with Art. 26 of Directive 2014/24/EU.
II.2.10)

Information about variants

Variants will be accepted: yes
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 attached documentation
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

Please refer to attached documentation

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Enable suppliers to make a return on investment, due to ongoing adverse market conditions, which are continuing to have a negative influence on the Catering and Food Service, with a range of difficulties including Supply chain, Recruitment, Fluctuating price and availability. The maximum duration will be 4 yrs with the option to extend for 2 further 3 year periods, up to a maximum of 10 yrs.
IV.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  08/05/2023
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
June 2023
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

High Court
Inns Quay
Dublin
IE
Telephone: +353 18886000
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please refer to your legal advisor.