Contract notice

Information

Published

Date of dispatch of this notice: 27/01/2020

Expire date: 12/03/2020

External Reference: 2020-208458

TED Reference: 2020/S 020-044417

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=161446&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Provision of Portable Fire Equipment Services: Generation II Framework for Office of Government Procurement
Reference number:  PROJ000005545 - FBM067F
II.1.2)

Main CPV code

50413200  -  Repair and maintenance services of firefighting equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
the provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  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

Category A Lot 1: Dublin
Lot No:  1
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of the Tenderers proposal for ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of the Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of the Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 600000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 2: Meath, Louth, Monaghan, Cavan, Longford
Lot No:  2
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 3: Westmeath, Offaly, Laois, Kildare, Wicklow
Lot No:  3
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 160000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 4: Waterford, Kilkenny, Wexford, Carlow
Lot No:  4
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 120000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 5: Cork, Kerry
Lot No:  5
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 6: Limerick, Clare, Tipperary
Lot No:  6
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 160000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 7: Galway, Mayo, Roscommon
Lot No:  7
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 8: Donegal, Sligo, Leitrim
Lot No:  8
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category A Lot 9: Requirements in more than 1 Lot (Covering Geographic regional and divisional boundaries)
Lot No:  9
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 560000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 10: National Lot: Framework Clients with National requirements
Lot No:  10
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 2400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 11: Dublin
Lot No:  11
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford
Lot No:  12
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow
Lot No:  13
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 640000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow
Lot No:  14
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 480000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 15: Cork, Kerry
Lot No:  15
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 16: Limerick, Clare, Tipperary
Lot No:  16
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 640000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 17: Galway, Mayo, Roscommon
Lot No:  17
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 320000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 18: Donegal, Sligo, Leitrim
Lot No:  18
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 320000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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)

Description

II.2.1)

Title

Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)
Lot No:  19
II.2.2)

Additional CPV code(s)

24951210  -  Fire-extinguisher powder
24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
35111000  -  Firefighting equipment
35111200  -  Firefighting materials
35111300  -  Fire extinguishers
35111320  -  Portable fire-extinguishers
39525400  -  Fire blankets
44480000  -  Miscellaneous fire-protection equipment
44482100  -  Fire hoses
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50000000  -  Repair and maintenance services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Finance and Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderers proposed Contract Management Plan  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Management Information System  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers Proposal for Ensuring Continuity of Supply  /  Weighting:  100
Quality criterion  -  Name:  Quality of Tenderers proposed Quality Control Practices  /  Weighting:  150
Quality criterion  -  Name:  Quality of Tenderers proposed Environmental Control Practices  /  Weighting:  50
Quality criterion  -  Name:  Quality of the Tenderers proposed Resourcing Plan  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  350
II.2.6)

Estimated value

Value excluding VAT: 800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.13)

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

The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.

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 #164466).
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 #164466).
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 #164466).
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 #164466).
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 #164466).
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 #164466).

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 several operators
Envisaged maximum number of participants to the framework agreement:  15
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: 2019/S 143-352163
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/03/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  12/03/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisors.