Contract notice

Information

Published

Date of dispatch of this notice: 07/01/2022

Expire date: 28/02/2022

External Reference: 2022-263971

TED Reference: 2022/S 008-015118

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Seamus Martin
Telephone: +353 2224038
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: WWW.DUBLINCITY.IE

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=203342&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

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Party Framework Agreement for the Supply and Delivery of Station Wear & Footwear to Dublin Fire Brigade fire-fighting personnel
Reference number:  203991
II.1.2)

Main CPV code

18100000  -  Occupational clothing, special workwear and accessories
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Dublin Fire Brigade intends to establish a Single Party Framework Agreement for 4 years in two separate Lots for the Supply and Delivery of Station Wear & Footwear to Dublin Fire Brigade fire-fighting personnel. Lot 1 is for the supply and delivery of DFB Stationwear and Lot 2 is for the supply and delivery of Footwear. The initial contracts will be for a period of 4 years with the option to extend for a further year if required See Appendices D and E ( Pricing Schedule ) for a list of the required items in each Lot. An order for a full issue of clothing will be placed immediately following the award of the contracts for each of the 900 Fire Fighters and Officers, this may repeat each year but there is no guarantee of levels but significant levels are expected.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  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

Supply of Station Wear to Dublin Fire Brigades fire-fighting personnel
Lot No:  1
II.2.2)

Additional CPV code(s)

18000000  -  Clothing, footwear, luggage articles and accessories
18110000  -  Occupational clothing
18113000  -  Industrial clothing
18222000  -  Corporate clothing
18400000  -  Special clothing and accessories
18410000  -  Special clothing
35113400  -  Protective and safety clothing
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Supply and Delivery of Station wear to Dublin Fire Brigade Fire Fighting Personnel. Please see RFT document for full details
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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:
Single Party Framework Agreement is for 4 years. Initial contract is for 4 years with the option to extend for 1 further period of 1 year.
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)

Description

II.2.1)

Title

Supply and Delivery of Foot Wear to Dublin Fire Brigade fire-fighting personnel
Lot No:  2
II.2.2)

Additional CPV code(s)

18000000  -  Clothing, footwear, luggage articles and accessories
18800000  -  Footwear
18810000  -  Footwear other than sports and protective footwear
18811000  -  Waterproof footwear
18813000  -  Footwear with uppers of leather
18814000  -  Footwear with uppers of textile materials
18830000  -  Protective footwear
18831000  -  Footwear incorporating a protective metal toecap
18832000  -  Special footwear
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Description: Lightweight, athletic boot with composite safety toecap, composite penetration resistant plate. The boot must be equipped with a lace system (or suitable equivalent) which allows for rapid donning and doffing
General: Must be manufactured and tested to EN ISO 20345:2011 (slip resistance) and marked accordingly.
A test certificate must be submitted to the above standard from an accredited test house.
The manufacturer must be certified to EN ISO 9001:2000 Quality Assurance. A certificate of compliance must be provided. A booklet containing care instructions must be supplied with each pair of boots.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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 Framework will be established for 4 years. The intial contract will be for 4 years with the option to extend for a further period of 1 year.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

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 a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/02/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 48  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  07/02/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Acts.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications.
4. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
5. Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties.
6. The framework agreement is primarily for use by Dublin Fire Brigade.
7. Emailed/faxed/late tenders will not be accepted. Tenders may be submitted in English or in the Irish language.
8. All queries regarding this tender must be submitted through the etenders messaging facility, RFT ID 203991. Queries must be in question format. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 27th January 2022 at 12 noon to enable issue of responses to all interested parties.
9. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000