Contract award notice

Information

Published

Date of dispatch of this notice: 01/07/2020

External Reference: 2020-256579

TED Reference: 2020/S 128-312998

Contract award notice

Contract award notice

Results of the procurement procedure

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: Tender Ops
Telephone: +353 0761008000
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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

2nd Generation framework competition for the supply and delivery of Personal Protective Equipment and Workwear.
Reference number:  PROJ000005235
II.1.2)

Main CPV code

35113400  -  Protective and safety clothing
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Minister for Public Expenditure and Reform whose offices are located at Government Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  5062154.00  EUR
II.2)

Description

II.2.1)

Title

Multi Geographic Areas. (Contracting Authorities with requirements in more than one Geographic area)
Lot No:  1
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

Dublin (City and County)
Lot No:  2
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control.  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

Leinster (excluding Dublin City and County)
Lot No:  3
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control.  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

Connacht and Ulster (part of)
Lot No:  4
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control.  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

Munster
Lot No:  5
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control.  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

First Aid Supplies. National Lot (26 Counties of the Republic of Ireland)
Lot No:  6
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control.  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

Lifejackets, National Lot (26 Counties of the Republic of Ireland)
Lot No:  7
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control.  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2)

Description

II.2.1)

Title

Lifejackets, for the Irish coast Guard ONLY, National Lot (26 Counties if the Republic of Ireland).
Lot No:  8
II.2.2)

Additional CPV code(s)

18142000  -  Safety visors
18143000  -  Protective gear
18444000  -  Protective headgear
18444100  -  Safety headgear
18444110  -  Helmets
18800000  -  Footwear
18812000  -  Footwear with rubber or plastic parts
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
33140000  -  Medical consumables
33141113  -  Bandages
33141620  -  Medical kits
33141623  -  First-aid boxes
33735100  -  Protective goggles
34930000  -  Marine equipment
35113430  -  Safety vests
35113450  -  Protective coats or ponchos
35113470  -  Protective shirts or pants
39525300  -  Life jackets
II.2.3)

Place of performance

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

Description of the procurement

The Minister for Public Expenditure and Reform whose offices are located at Government
Buildings, Upper Merrion Street, Dublin 2 (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 the award of a single supplier framework contract for the supply of the
goods as described in Appendix 1 to this RFT (“the Goods”).
In summary, the Goods comprise:
Items of Personal Protective Equipment & Workwear, First Aid Supplies and Lifejackets
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 1, Contract Management Plan  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 2, Product Management and Quality Control.  /  Weighting:  225
Quality criterion  -  Name:  Appendix 1: Requirements and Specifications, Question 3, Environmental Management and Control Measures.  /  Weighting:  100
Cost criterion  -  Name:  Cost  /  Weighting:  450
II.2.11)

Information about options

Options: yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate
II.2.13)

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 to extend the Term for a period or periods of
up to 12 months with a maximum of 1 such extension or extensions on the same terms
and conditions, subject to the Contracting Authority’s obligations at law. The Term will not
exceed four (4) years in aggregate

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
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 176-428056

Section V: Award of contract

Contract No: 1

Title: Multi Geographic Areas. (Contracting Authorities with requirements in more than one Geographic area)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/06/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

MJ. Scannell Safety
4629355g
Unit 55 D/E Maple Avenue
Dublin
Stillorgan Ind Park
IE
Telephone: +353 012952361
Internet address: http://www.mjscannell.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1610868.52  EUR

Section V: Award of contract

Contract No: 2

Title: Dublin (City and County)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/06/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

MJ. Scannell Safety
4629355g
Unit 55 D/E Maple Avenue
Dublin
Stillorgan Ind Park
IE
Telephone: +353 012952361
Internet address: http://www.mjscannell.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  1345075.22  EUR

Section V: Award of contract

Contract No: 3

Title: Leinster (excluding Dublin City and County)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

11/06/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Charles Hughes Ltd
8N03131H
Portwest House
Westport Mayo
Westport Business &
IE
Telephone: +353 9851710
Fax: +353 9851710
Internet address: http://www.portwest.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  438961.67  EUR

Section V: Award of contract

Contract No: 4

Title: Connacht and Ulster (part of)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

11/06/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Charles Hughes Ltd
8N03131H
Portwest House
Westport Mayo
Westport Business &
IE
Telephone: +353 9851710
Fax: +353 9851710
Internet address: http://www.portwest.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  676564.78  EUR

Section V: Award of contract

Contract No: 5

Title: Munster

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/06/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

MJ. Scannell Safety
4629355g
Unit 55 D/E Maple Avenue
Dublin
Stillorgan Ind Park
IE
Telephone: +353 012952361
Internet address: http://www.mjscannell.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  684619.12  EUR

Section V: Award of contract

Contract No: 6

Title: First Aid Supplies. National Lot (26 Counties of the Republic of Ireland)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/06/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

MJ. Scannell Safety
4629355g
Unit 55 D/E Maple Avenue
Dublin
Stillorgan Ind Park
IE
Telephone: +353 012952361
Internet address: http://www.mjscannell.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  185249.88  EUR

Section V: Award of contract

Contract No: 7

Title: Lifejackets, National Lot (26 Counties of the Republic of Ireland)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

02/06/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sioen Ireland
4621355M
Gweedore Business Park
Co. Donegal
Derrybeg
IE
Telephone: +353 749531169
Fax: +353 749531591
Internet address: http://www.sioen-ppc.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  32217.37  EUR

Section V: Award of contract

Contract No: 8

Title: Lifejackets, for the Irish coast Guard ONLY, National Lot (26 Counties if the Republic of Ireland).

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

04/03/2020
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sioen Ireland
4621355M
Gweedore Business Park
Co. Donegal
Derrybeg
IE
Telephone: +353 749531169
Fax: +353 749531591
Internet address: http://www.sioen-ppc.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  88597.77  EUR

Section VI: Complementary information

VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #156944).
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