Back to tenders & grants page
Ireland-Dublin: Animal products, meat and meat products Food Ireland-Dublin: Animal products, meat and meat products
Receive Tenders like this by email

Ireland-Dublin: Animal products, meat and meat products

Ireland-Dublin: Animal products, meat and meat products has been closed on 28 Jan 2022. It no longer accepts any bids. For further information, you can contact the Defence Forces (o/g 05913L)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Defence Forces (o/g 05913L)

Industry:

Food

Status:

Closed

Timeline

Published:

16 Feb 2022

Deadline:

28 Jan 2022

Value:

5020000

Contacts

Name:

OGP Support

Phone:

+353 860487747

+353 0539123309

+353 014249404

+353 18866000

Description

Contract award notice

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Defence Forces
Town: Dublin
NUTS code: IE Éire / Ireland
Postal code: Dublin
Country: Ireland
Contact person: OGP Support
E-mail: [email protected]
Internet address(es):
Main address: http://www.ogp.gov.ie/
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/351
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:

Supply of Fresh Meat, Poultry, Fish, and Eggs to the Irish Defence Forces

Reference number: PROJ000006725
II.1.2)Main CPV code
15100000 Animal products, meat and meat products
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The Minister for Defence on behalf of the Defence Forces (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”).

In summary, the Goods comprise:

The supply of Fresh Meat, Poultry, Fish, and Eggs products to the Irish Defence Forces as detailed in Appendix 1 Requirements and Specifications and Appendix 2 Pricing Schedule of this RFT.

II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 5 020 000.00 EUR
II.2)Description
II.2.1)Title:

Lot 1 Beef, Lamb, Pork, & Bacon

Lot No: 1
II.2.2)Additional CPV code(s)
03142500 Eggs
03311000 Fish
15110000 Meat
15111100 Beef
15112000 Poultry
15113000 Pork
15115100 Lamb
15250000 Seafood
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

The Minister for Defence on behalf of the Defence Forces (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”).

In summary, the Goods comprise:

The supply of Fresh Meat, Poultry, Fish, and Eggs products to the Irish Defence Forces as detailed in Appendix 1 Requirements and Specifications and Appendix 2 Pricing Schedule of this RFT.

II.2.5)Award criteria
Quality criterion - Name: Quality of Tenderer’s proposed Contract Management Plan / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Environmental Standards and Sustainability / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s proposals in respect of proposed Product Traceability / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s proposals in respect of Goods Recalls, Client Complaints Procedure and Corrective Actions / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.11)Information about options
Options: yes
Description of options:

Any contract that may result from this Competition (the “Goods Contract”) will be issued for a term of thirty-six (36) months (“the Term”).

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.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 2 Poultry

Lot No: 2
II.2.2)Additional CPV code(s)
03142500 Eggs
03311000 Fish
15110000 Meat
15111100 Beef
15112000 Poultry
15113000 Pork
15115100 Lamb
15250000 Seafood
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

The Minister for Defence on behalf of the Defence Forces (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”).

In summary, the Goods comprise:

The supply of Fresh Meat, Poultry, Fish, and Eggs products to the Irish Defence Forces as detailed in Appendix 1 Requirements and Specifications and Appendix 2 Pricing Schedule of this RFT.

II.2.5)Award criteria
Quality criterion - Name: Quality of Tenderer’s proposed Contract Management Plan / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Environmental Standards and Sustainability / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s proposals in respect of proposed Product Traceability / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s proposals in respect of Goods Recalls, Client Complaints Procedure and Corrective Actions / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.11)Information about options
Options: yes
Description of options:

Any contract that may result from this Competition (the “Goods Contract”) will be issued for a term of thirty-six (36) months (“the Term”).

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.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 3 Fish

Lot No: 3
II.2.2)Additional CPV code(s)
03142500 Eggs
03311000 Fish
15110000 Meat
15111100 Beef
15112000 Poultry
15113000 Pork
15115100 Lamb
15250000 Seafood
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

The Minister for Defence on behalf of the Defence Forces (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”).

In summary, the Goods comprise:

The supply of Fresh Meat, Poultry, Fish, and Eggs products to the Irish Defence Forces as detailed in Appendix 1 Requirements and Specifications and Appendix 2 Pricing Schedule of this RFT.

II.2.5)Award criteria
Quality criterion - Name: Quality of Tenderer’s proposed Contract Management Plan / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Environmental Standards and Sustainability / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s proposals in respect of proposed Product Traceability / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s proposals in respect of Goods Recalls, Client Complaints Procedure and Corrective Actions / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.11)Information about options
Options: yes
Description of options:

Any contract that may result from this Competition (the “Goods Contract”) will be issued for a term of thirty-six (36) months (“the Term”).

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.2.14)Additional information
II.2)Description
II.2.1)Title:

Lot 4 Eggs

Lot No: 4
II.2.2)Additional CPV code(s)
03142500 Eggs
03311000 Fish
15110000 Meat
15111100 Beef
15112000 Poultry
15113000 Pork
15115100 Lamb
15250000 Seafood
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

The Minister for Defence on behalf of the Defence Forces (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”).

In summary, the Goods comprise:

The supply of Fresh Meat, Poultry, Fish, and Eggs products to the Irish Defence Forces as detailed in Appendix 1 Requirements and Specifications and Appendix 2 Pricing Schedule of this RFT.

II.2.5)Award criteria
Quality criterion - Name: Quality of Tenderer’s proposed Contract Management Plan / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology for ensuring continuity of supply and reliable deliveries / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Disaster Recovery Proposals / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s methodology in respect of Environmental Standards and Sustainability / Weighting: 50
Quality criterion - Name: Quality of Tenderer’s proposals in respect of proposed Product Traceability / Weighting: 100
Quality criterion - Name: Quality of Tenderer’s proposals in respect of Goods Recalls, Client Complaints Procedure and Corrective Actions / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.11)Information about options
Options: yes
Description of options:

Any contract that may result from this Competition (the “Goods Contract”) will be issued for a term of thirty-six (36) months (“the Term”).

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.2.14)Additional information

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
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: 2021/S 107-279640
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 1
Title:

Lot 1 Beef, Lamb, Pork, & Bacon

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
28/01/2022
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: MWP Ltd
National registration number: o/g 05913L
Postal address: Ballymun
Town: Dublin
NUTS code: IE Éire / Ireland
Postal code: Dublin
Country: Ireland
E-mail: [email protected]
Telephone: +353 860487747
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 3 128 000.00 EUR
V.2.5)Information about subcontracting

Section V: Award of contract

Contract No: 2
Title:

Lot 2 Poultry

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
28/01/2022
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: BWG Foods UC
National registration number: 20469
Postal address: BWG House, Greenhills Road, Tallaght
Town: Dublin
NUTS code: IE0 Ireland
Postal code: Dublin 24
Country: Ireland
E-mail: [email protected]
Telephone: +353 014249404
Internet address: http://www.bwgfoodservice.ie
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 1 480 000.00 EUR
V.2.5)Information about subcontracting

Section V: Award of contract

Contract No: 3
Title:

Lot 3 Fish

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
25/11/2021
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Atlantis Seafoods Wexford Limited
National registration number: 198320
Postal address: Strandfield Business Park
Town: Wexford
NUTS code: IE Éire / Ireland
Postal code: Wexford
Country: Ireland
E-mail: [email protected]
Telephone: +353 0539123309
Fax: +353 0539121937
Internet address: http://www.atlantis.ie
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 144 000.00 EUR
V.2.5)Information about subcontracting

Section V: Award of contract

Contract No: 4
Title:

Lot 4 Eggs

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
02/11/2021
V.2.2)Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: BWG Foods UC
National registration number: 20469
Postal address: BWG House, Greenhills Road, Tallaght
Town: Dublin
NUTS code: IE0 Ireland
Postal code: Dublin 24
Country: Ireland
E-mail: [email protected]
Telephone: +353 014249404
Internet address: http://www.bwgfoodservice.ie
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 268 000.00 EUR
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

Please consult the RFT documentation for this competition (RFT 191644)

VI.4)Procedures for review
VI.4.1)Review body
Official name: The High Court of Ireland
Town: Dublin
Country: Ireland
Telephone: +353 18866000
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult your own legal advisors.

VI.5)Date of dispatch of this notice:
11/02/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:84510-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more