Section I: Contracting authority
I.1)Name and addressesOfficial name: The Rehab Group
National registration number: CHY4940
Postal address: 10D Beckett Way, Park West
Town: Dublin 12
NUTS code: IE0 Ireland
Postal code: Co.Dublin
Country: Ireland
Contact person: Gary Gartland
E-mail: gary.gartland@rehab.ie
Telephone: +353 12057239
Internet address(es):
Main address: https://rehab.ie/
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/108579
I.3)CommunicationThe 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=207507&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=207507&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of Stationery, Cleaning & Catering Supplies and Printer Consumables
Reference number: RG140222
II.1.2)Main CPV code30192000 Office supplies
II.1.3)Type of contractSupplies
II.1.4)Short description:
The Rehab Group proposes to establish a SFPA for the provision of Stationary, Printer consumables, Cleaning and Catering Supplies. The SFPA will be in 2 Lots with each Lot bein g established as a single party framework agreement:
Lot 1 – Stationery, Cleaning and Catering Supplies
Lot 2 – Printer Consumables
The Successful Tenderer must have a website through which the Contracting Authority’s staff can log on and order stationery / printer consumables to their individual location. • The website must be easily accessible, user friendly with easily navigated user menus. The website must have the ability to restrict ordering, either from budgetary constraints or non-core items as determined by the Contracting Authority. The website must have the ability to send alert emails for any request of purchasing outside of predetermined criteria.
II.1.5)Estimated total valueValue excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
II.2)Description
II.2.1)Title:
Supply of Stationery, Cleaning & Catering Supplies
Lot No: 1
II.2.2)Additional CPV code(s)30000000 Office and computing machinery, equipment and supplies except furniture and software packages
30100000 Office machinery, equipment and supplies except computers, printers and furniture
30191000 Office equipment except furniture
II.2.3)Place of performanceNUTS code: IE0 Ireland
Main site or place of performance:
10D Beckett Way, Park West, Dublin
II.2.4)Description of the procurement:
To manage the ongoing supply and delivery to the Contracting Authority’s staff of Office Supplies (Stationary), Hygiene and Cleaning products and Catering Supplies ordered through a Website portal for delivery throughout Ireland. There must be a website through which the Contracting Authority’s staff can log on and order stationery / cleaning supplies and catering consumables to their individual locations. The website must be easily accessible, user friendly with easily navigated user menus. The website must have the ability to restrict ordering, either from budgetary constraints or non-core items as determined by the Contracting Authority. The website must have the ability to send alert emails for any request of purchasing outside of predetermined criteria.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Online Ordering Portal / Weighting: 20%
Quality criterion - Name: Delivery & Continuity of supply / Weighting: 5%
Quality criterion - Name: Environmental Measures / Weighting: 10%
Quality criterion - Name: Contract Management / Weighting: 15%
Price - Weighting: 50%
II.2.6)Estimated valueValue excluding VAT: 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Supply of Printer Consumables
Lot No: 2
II.2.2)Additional CPV code(s)30125110 Toner for laser printers/fax machines
30191000 Office equipment except furniture
II.2.3)Place of performanceNUTS code: IE0 Ireland
Main site or place of performance:
10D Beckett Way, Parkwest, Dublin 12
II.2.4)Description of the procurement:
To manage the ongoing supply and delivery to the Contracting Authority’s staff of Printer Consumables (Ink & Toner) ordered through a Website portal for delivery throughout Ireland. There must be a website through which the Contracting Authority’s staff can log on and order printer consumables to their individual locations. The website must be easily accessible, user friendly with easily navigated user menus. The website must have the ability to restrict ordering, either from budgetary constraints or non-core items as determined by the Contracting Authority. The website must have the ability to send alert emails for any request of purchasing outside of predetermined criteria.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Online Ordering Portal / Weighting: 20%
Quality criterion - Name: Delivery & Continuity of Supply / Weighting: 5%
Quality criterion - Name: Environmental Measures / Weighting: 10%
Quality criterion - Name: Contract Management / Weighting: 15%
Price - Weighting: 50%
II.2.6)Estimated valueValue excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The Contracting Authority requires tenderers to nominate a dedicated contract manager who will act as the main point of contact for the duration of the framework. This person shall have the authority to deal with all matters in relation to contracts and be responsible for the satisfactory delivery of the supplies/services required. The duties of the contract manager will include the overall responsibility for a good working relationship with the Contracting Authority. To review the relationship and examine performance and to deal with disputes, complaints or concerns that cannot be adequately resolved.
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 31/03/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 31/03/2022
Local time: 12:00
Place:
10D Beckett Way, Parkwest, Dublin 12.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: The High copurt
Postal address: Ground Floor (East Wing), Four Courts, Inns Quay,
Town: Dublin 7
Country: Ireland
E-mail: HighCourtCentralOffice@courts.ie
Telephone: +353 18886699
Fax: +353 18886699
Internet address: https://www.courts.ie/high-court
VI.5)Date of dispatch of this notice:14/02/2022