Single Party Framework Agreement for Café, 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 – for gatherings up to 40 persons 4. Event Catering …

CPV: 55322000 Услуги по готвене на храни, 55330000 Услуги на други заведения за бързо хранене, 55300000 Услуги на ресторанти, столове и заведения за приготвяне и доставяне на храна, 55310000 Услуги на сервитьори в ресторанти, 55320000 Услуги по предлагане на храни за консумация, 55520000 Услуги на заведения за приготвяне и доставяне на храна
Място на изпълнение:
Single Party Framework Agreement for Café, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland
Издаващ орган:
National Museum of Ireland
Номер на наградата:
0

1. Buyer

1.1 Buyer

Official name : National Museum of Ireland
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Single Party Framework Agreement for Café, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland
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 – for gatherings up to 40 persons 4. Event Catering – 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.
Procedure identifier : eab236cb-e0c4-4b16-8333-85ff4f2c0392
Previous notice : b0caf5fd-b1cb-40c1-9545-f0aedb72ef79-01
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : yes

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55300000 Restaurant and food-serving services
Additional classification ( cpv ): 55330000 Cafeteria services
Additional classification ( cpv ): 55520000 Catering services
Additional classification ( cpv ): 55310000 Restaurant waiter services
Additional classification ( cpv ): 55320000 Meal-serving services
Additional classification ( cpv ): 55322000 Meal-cooking services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 5 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Party Framework Agreement for Café, Catering and Hospitality Services at Collins Barracks and Other Locations for the National Museum of Ireland
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 – for gatherings up to 40 persons 4. Event Catering – 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.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 55300000 Restaurant and food-serving services
Additional classification ( cpv ): 55330000 Cafeteria services
Additional classification ( cpv ): 55520000 Catering services
Additional classification ( cpv ): 55310000 Restaurant waiter services
Additional classification ( cpv ): 55320000 Meal-serving services
Additional classification ( cpv ): 55322000 Meal-cooking services

5.1.2 Place of performance

Postal address : Collins Barracks, Benburb Street, Co. Dublin
Town : Dublin
Postcode : D07 XKV4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : N/A

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information :

5.1.2 Place of performance

Anywhere in the European Economic Area
Additional information : N/A

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Criterion D - The Environment and Sustainability Tenderers must submit Bios / CVs attesting to the qualifications and/or expertise of each core team member proposed to carry out the work and demonstrating their specific relevant experience in delivering similar-type conservation services by means of details of previous projects. These should correlate where possible with the 3 projects used in the Previous Experience requested at Section 5.4 above. Tenderers should also provide details for alternative or support staff, where available to ensure continuity of services. Tenderers will also be assessed in relation to the quality and balance of the team proposed. Tenderers are also required to populate the Resource Allocation schedule included in the Tender Response Document. Note: This criterion will be evaluated in its totality.

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Annual Concession Fee @ 15%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Description : 85
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 85

5.1.12 Terms of procurement

Information about review deadlines : see tender

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Information about review deadlines : see tender
Organisation providing offline access to the procurement documents : National Museum of Ireland

6. Results

Maximum value of the framework agreements in this notice : 5 000 000 Euro
Approximate value of the framework agreements : 5 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 5 000 000 Euro
Re-estimated value of the framework agreement : 5 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Synge and Byrne ROI Ltd
Tender :
Tender identifier : 000084497
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 416991
Date on which the winner was chosen : 31/01/2025
Date of the conclusion of the contract : 28/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 8

8. Organisations

8.1 ORG-0001

Official name : National Museum of Ireland
Registration number : 4567183K
Postal address : National Museum of Ireland, Museum of Decorative Arts and History, Collins Barracks, Benburb Street
Town : Dublin
Postcode : D07 XKV4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 (0)1 648 6479
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Synge and Byrne ROI Ltd
Registration number : 442310
Town : Carlingford
Postcode : A91AX95
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0004

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 51dec305-33c8-45bd-8c56-e02bbb7079c5 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/07/2025 15:55 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00441799-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025