Contract award notice

Information

Published

Date of dispatch of this notice: 20/07/2022

External Reference: 2022-200369

TED Reference: 2022/S 141-403461

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Office of the Revenue Commissioners
40000098F
Dublin Castle
Dublin
Dublin 2
IE
Contact person: Brian Norman
NUTS code:  IE061 -  Dublin
Internet address(es):
Main address: http://www.revenue.ie

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

Request for Tenders for the Supply of Revenue Customs Service Dress & Operational Uniforms to the Revenue Commissioners
Reference number:  RFT ID 205231
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

Revenue Commissioners would like to request tenders for the manufacture, supply, storage and delivery of Customs Service Dress & Operational Uniforms (Goods). Each of the Goods shall be delivered as personal uniform packs (“Personal Uniform Packs”). The composition (in terms of coat, trousers, cap, shirt, tie etc.) of each Personal Uniform Pack shall vary depending upon the role of the Contracting Authority’s personnel – in this regard, there are 10 roles of personnel.
Full details of the precise composition/make-up of the Personal Uniform Pack for these ten roles of personnel shall be provided to the successful Tenderer upon award of the Goods Contract.
Estimated quantities of Goods required over the initial three-year period are set out in Appendix 2 of the RFT and these Goods shall also be supplied by way of Personal Uniform Packs.
Please refer to RFT for further details.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  3500000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

18110000  -  Occupational clothing
18130000  -  Special workwear
18200000  -  Outerwear
18220000  -  Weatherproof clothing
18222000  -  Corporate clothing
18230000  -  Miscellaneous outerwear
18330000  -  T-shirts and shirts
18400000  -  Special clothing and accessories
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
II.2.4)

Description of the procurement

Revenue Commissioners would like to request tenders for the manufacture, supply, storage and delivery of Customs Service Dress & Operational Uniforms (Goods). Each of the Goods shall be delivered as personal uniform packs (“Personal Uniform Packs”). The composition (in terms of coat, trousers, cap, shirt, tie etc.) of each Personal Uniform Pack shall vary depending upon the role of the Contracting Authority’s personnel – in this regard, there are 10 roles of personnel as follows:
1. Airport/port duties no patrol vehicle duties;
2. Patrol vehicles only (no port/airport duties);
3. Scanner or dog units;
4. Ports/airports staff with occasional operational/patrol duties; and
5. Operational/patrol staff with occasional airport/port duties.
6. Maritime
7. Trade Facilitation Unit (TFU) staff with indoor duties only
8. TFU staff with indoor public facing and outdoor duties
9. TFU staff with public facing indoor duties only
10. NPC staff
Full details of the precise composition/make-up of the Personal Uniform Pack for these ten roles of personnel shall be provided to the successful Tenderer upon award of the Goods Contract.
Estimated quantities of Goods required over the initial three-year period are set out in Appendix 2 of the RFT and these Goods shall also be supplied by way of Personal Uniform Packs.
Please refer to RFT for further details.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of the Tenderer’s proposed Business plan  /  Weighting:  15%
Quality criterion  -  Name:  Quality of the Tenderer’s proposed methodology for the Measure & Fitting service, Lead in times & Delivery, Storage of Goods, and Managed Service.  /  Weighting:  15%
Quality criterion  -  Name:  Quality of the Tenderer’s proposals in respect of Continuity of Supply and Quality Control.  /  Weighting:  10%
Quality criterion  -  Name:  Quality of the Tenderer’s proposals in relation to Environmental & Circular Business Model for Clothing Sustainability.  /  Weighting:  10%
Quality criterion  -  Name:  Quality of the Tenderer’s sample Garments  /  Weighting:  20%
Price  -  Weighting:  30%
II.2.11)

Information about options

Options: no
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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: 2021/S 251-666221

Section V: Award of contract

Contract No: 1

Title: Request for Tenders for the Supply of Revenue Customs Service Dress & Operational Uniforms to the Revenue Commissioners

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

Award of contract

V.2.1)

Date of conclusion of the contract

21/06/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Tailored Image Ltd
GB 722696028
8A The Linen Grenn
Dungannon
Moygashel
IE
Telephone: +44 02887726876
Fax: +44 02887726967
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

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

Lowest offer:  924824.00  EUR / Highest offer:  1716453.00  EUR   taken into consideration

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts, Inns Quay
Dublin 7
IE