Back to tenders & grants page
Ireland-Dublin: Water coolers Beverages Ireland-Dublin: Water coolers
Receive Tenders like this by email

Ireland-Dublin: Water coolers

Ireland-Dublin: Water coolers has been closed on 13 Mar 2019. It no longer accepts any bids. For further information, you can contact the The Office of Government Procurement (IE3229842HH)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

The Office of Government Procurement (IE3229842HH)

Industry:

Beverages

Status:

Closed

Timeline

Published:

02 Dec 2019

Deadline:

13 Mar 2019

Value:

Not available

Contacts

Phone:

+353 761008000

+353 18886000

Description

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: The Office of Government Procurement
National registration number: IE3229842HH
Postal address: 3A Mayor Street Upper
Town: Dublin 1
NUTS code: IE IRELAND
Postal code: Dublin, D01 PF72
Country: Ireland
E-mail: [email protected]
Telephone: +353 761008000
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.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=141546&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=141546&B=ETENDERS_SIMPLE
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:

Single Supplier Framework Contracts for the Supply of Water Coolers, Water Bottles, Point of Use (Mains Fed) and Servicing

Reference number: FCT048C
II.1.2)Main CPV code
31141000 Water coolers
II.1.3)Type of contract
Supplies
II.1.4)Short description:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.1.5)Estimated total value
Value excluding VAT: 3 800 000.00 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:

All 26 Counties — Water Coolers, Water Bottles and Servicing

Lot No: 1
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 680 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

All 26 Counties — Point of Use (Mains Fed) Water Coolers and Servicing

Lot No: 2
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Leinster (including Dublin City and County) — Water Coolers, Water Bottles and Servicing

Lot No: 3
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 1 220 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Leinster (including Dublin City and County) – Point of Use (Mains Fed) Water Coolers and Servicing

Lot No: 4
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 1 140 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Connaught and Ulster — Water Coolers, Water Bottles and Servicing

Lot No: 5
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 60 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Connaught and Ulster – Point of Use (Mains Fed) Water Coolers and Servicing

Lot No: 6
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 80 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Munster — Water Coolers, Water Bottles and Servicing

Lot No: 7
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 240 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Munster — Point of Use (Mains Fed) Water Coolers and Servicing

Lot No: 8
II.2.2)Additional CPV code(s)
15000000 Food, beverages, tobacco and related products
15981000 Mineral water
15981100 Still mineral water
37414700 Drink coolers
41100000 Natural water
41110000 Drinking water
II.2.3)Place of performance
NUTS code: IE IRELAND
Main site or place of performance:

Dublin 1

II.2.4)Description of the procurement:

This competition relates to the establishment of a number of single supplier goods framework contracts for the supply of water coolers, water bottles, point of use (mains fed) and servicing.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality of the Tenderer’s proposed Service Management Plan. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Methodology for Ensuring Continuity of Supply and Disaster Recovery Proposals / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s methodology for Quality Control and Sanitisation of Equipment / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Distribution Within the Relevant Geographic Area. / Weighting: 100
Quality criterion - Name: Quality of the Tenderer’s Proposals for Environmental and Sustainability Efficiencies / Weighting: 100
Cost criterion - Name: Cost / Weighting: 500
II.2.6)Estimated value
Value excluding VAT: 180 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

The Contracting Authority reserves the right to extend the term for a period or periods of up to six (6) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed four (4) years in aggregate.

II.2.10)Information about variants
Variants will be accepted: no
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
II.2.14)Additional information

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 #145688).

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 #145688).

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 #145688).

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 #145688).

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 #145688).

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 #145688).

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: 2018/S 195-441298
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/03/2019
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 tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 13/03/2019
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: The High Court of Ireland
Town: Dublin
Country: Ireland
Telephone: +353 18886000
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult with your own legal advisors.

VI.5)Date of dispatch of this notice:
07/02/2019

http://ted.europa.eu/udl?uri=TED:NOTICE:66479-2019: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