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
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
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
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
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
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
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
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.2.2)
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
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
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
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
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
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
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
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