Single Party Framework Agreement for Cafรฉ, 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 โ for gatherings up to 40 persons 4. Event Catering โ 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.
Deadline
The time limit for receipt of tenders was 2024-10-02.
The procurement was published on 2024-09-12.
Contract notice (2024-09-12) Object Scope of the procurement
Title: Single Party Framework Agreement for Cafรฉ, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland
Short description:
โNMI 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....โ
Short 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 โ for gatherings up to 40 persons 4. Event Catering โ 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.
Show more
Type of contract: Services
Products/services: Restaurant and food-serving services๐ฆ Information about lots
Tenders may be submitted for maximum number of lots: 0
Description
Description of the procurement:
โNMI 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....โ
Description of the procurement
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 โ for gatherings up to 40 persons 4. Event Catering โ 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.
Show more
Additional products/services: Cafeteria services๐ฆ
Additional products/services: Catering services๐ฆ
Additional products/services: Restaurant waiter services๐ฆ
Additional products/services: Meal-serving services๐ฆ
Additional products/services: Meal-cooking services๐ฆ
Place of performance: Dublin๐๏ธ Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 5
Envisaged number of candidates: 5
Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Negotiated procedure with prior call for competition โ Administrative information
Time limit for receipt of tenders or requests to participate: 2024-10-02 12:00:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=4310400
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations โ Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated โ Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators โ Description
In the case of framework agreements, provide justification for any duration exceeding 4 years:
โThe 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...โ
In the case of framework agreements, provide justification for any duration exceeding 4 years
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.
Legal, economic, financial and technical information Conditions for participation
List and brief description of rules and criteria:
โSee procurement documentsโ
โInterested parties must associate their organisation with this competition on the eTenders web site (www.etenders.gov.ie) in order to be included on the...โ
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 โExpression 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 โ 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.
Show more Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2024/S 180-553765 (2024-09-12)