Procurement of Commercial Catering Equipment
Multiple Lots. For use across Northern Ireland.
United Kingdom-Antrim: Catering equipment
2016/S 128-229445
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Maple House, 45 Bush Road
Antrim
BT41 2PX
United Kingdom
E-mail: kyle.mccauley@hscni.net
NUTS code: UK
Internet address(es):Main address: https://etendersni.gov.uk/epps
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Commercial Catering Equipment (455149).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Commercial Catering Equipment.
II.1.6)Information about lots
II.2.1)Title:
Lot 1 Cookware
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Commercial Catering Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Framework Agreement is subject to renewal dependant on client requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 Dishwashers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Commercial Catering Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Framework Agreement is subject to renewal dependant on client requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 Refrigeration
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Commercial Catering Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Framework Agreement is subject to renewal dependant on client requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4 Server Units
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Commercial Catering Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Framework Agreement is subject to renewal dependant on client requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5 Water Boilers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Commercial Catering Equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Framework Agreement is subject to renewal dependant on client requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Contracting Authority(ies) will identify the Most Economically Advantageous Tender(s) (MEAT) on the basis of the ‘lowest price/cost’ submission(s), once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b).
VI.4.1)Review body
Antrim
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Barnet and Southgate Tender for Catering Services