Single Party Framework Agreement for Café, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland

NMI wishes to partner with a catering provider to develop a full overhaul of the current food offer. The food offer has been broken down into 4 key areas 1. Onsite dining in the Cafe 2. Take away 3. Hospitality – for gatherings up to 40 persons 4. Event Catering …

CPV: 55322000 Servicios de elaboración de comidas, 55330000 Servicios de cafetería, 55300000 Servicios de restaurante y de suministro de comidas, 55310000 Servicios de camareros de restaurante, 55320000 Servicios de suministro de comidas, 55520000 Servicios de suministro de comidas desde el exterior
Plazo:
2 de octubre de 2024 a las 12:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Single Party Framework Agreement for Café, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland
Organismo adjudicador:
National Museum of Ireland
Número de premio:
0

1. Buyer

1.1 Buyer

Official name : National Museum of Ireland
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Single Party Framework Agreement for Café, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland
Description : NMI wishes to partner with a catering provider to develop a full overhaul of the current food offer. The food offer has been broken down into 4 key areas 1. Onsite dining in the Cafe 2. Take away 3. Hospitality – for gatherings up to 40 persons 4. Event Catering – Food above 40 persons both on-site and off-site. (Please Note: Event Catering is currently under review and NMI cannot guarantee exclusivity at this point.) The Minimum food service objectives are as follows: To offer a standard of food service which enhances the reputation of NMI To offer a consistent standard of food and service that meets or exceeds expectations and enhances the overall visitor experience for our visitors to NMI - Decorative Arts and History. To encourage a high level of usage of food service on site, so as to maximise sales potential. To provide a safe, hygienic and efficient service at all times. The full list of requirements is contained within the procurement documents. Responses must be submitted in a ZIP FILE format.
Procedure identifier : eab236cb-e0c4-4b16-8333-85ff4f2c0392
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The Contracting Authority will evaluate tenders received against the award criteria and reserves the right to: 1. Move straight to a contract award decision, without negotiation. 2. To apply the successive reduction rule to reduce the number of firms invited to the negotiation phase; or 3. To invite all firms to negotiation meetings.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55300000 Restaurant and food-serving services
Additional classification ( cpv ): 55330000 Cafeteria services
Additional classification ( cpv ): 55520000 Catering services
Additional classification ( cpv ): 55310000 Restaurant waiter services
Additional classification ( cpv ): 55320000 Meal-serving services
Additional classification ( cpv ): 55322000 Meal-cooking services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 5 000 000 Euro

2.1.4 General information

Additional information : Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (2) When finalising your submission please upload your final response as a zip file as individual documents will lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not imply you have successfully submitted your response. (3) There is a maximum upload limit of 250mb per file / 500mb per submission. (4) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (5) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (6) Applications submitted by any other means (including but not limited to email or post or hand delivery) will not be accepted. (7) 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. (8) All queries regarding this process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response (9) The estimated value for the framework published is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. (10) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (11) 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. (12) Where applicable, 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. (13) 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.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 0

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Party Framework Agreement for Café, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland
Description : NMI wishes to partner with a catering provider to develop a full overhaul of the current food offer. The food offer has been broken down into 4 key areas 1. Onsite dining in the Cafe 2. Take away 3. Hospitality – for gatherings up to 40 persons 4. Event Catering – Food above 40 persons both on-site and off-site. (Please Note: Event Catering is currently under review and NMI cannot guarantee exclusivity at this point.) The Minimum food service objectives are as follows: To offer a standard of food service which enhances the reputation of NMI To offer a consistent standard of food and service that meets or exceeds expectations and enhances the overall visitor experience for our visitors to NMI - Decorative Arts and History. To encourage a high level of usage of food service on site, so as to maximise sales potential. To provide a safe, hygienic and efficient service at all times. The full list of requirements is contained within the procurement documents. Responses must be submitted in a ZIP FILE format.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55300000 Restaurant and food-serving services
Additional classification ( cpv ): 55330000 Cafeteria services
Additional classification ( cpv ): 55520000 Catering services
Additional classification ( cpv ): 55310000 Restaurant waiter services
Additional classification ( cpv ): 55320000 Meal-serving services
Additional classification ( cpv ): 55322000 Meal-cooking services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Euro
Maximum value of the framework agreement : 5 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
This procurement is also suitable for small and medium-sized enterprises (SMEs)

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Other
Name : See procurement documents
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of expressions of interest : 02/10/2024 12:00 +01:00
Deadline for receipt of tenders : 02/10/2024 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The reason for the extended duration beyond the standard 4 years is to take account of the evolution of the service delivery model required over an extended period and the difficulty to change associated with a shorter framework. It should be noted that the initial contract will be for a period of 4 years. Additional contracts may be awarded over the life of the framework and may extend beyond the period of the framework.
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : National Museum of Ireland
Organisation receiving requests to participate : National Museum of Ireland
Organisation processing tenders : National Museum of Ireland
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : National Museum of Ireland
Registration number : Unknown
Postal address : National Museum of Ireland, Museum of Decorative Arts and History, Collins Barracks, Benburb Street
Town : Dublin
Postcode : D07 XKV4
Country : Ireland
Telephone : +353 (0)1 648 6479
Buyer profile : www.museum.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : b0caf5fd-b1cb-40c1-9545-f0aedb72ef79 - 01
Form type : Competition
Notice type : Contract notice – light regime
Notice dispatch date : 12/09/2024 16:41 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00553765-2024
OJ S issue number : 180/2024
Publication date : 16/09/2024