II.1)
Scope of the procurement
Request for Tenders for the Supply of Operational/Service Dress Uniforms and Footwear to the Irish Coast Guard.
Reference number:
FSU038C
18000000
-
Clothing, footwear, luggage articles and accessories
Supplies
II.1.4)
Short description
Tenderers are invited to participate in a competitive process to establish three (3)
single-party contracts for the manufacture supply and delivery of (1) Operational
Uniforms (2) Service Dress Uniforms (3) Footwear to the Irish Coast Guard, over a
three year period.
II.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Value excluding VAT:
696356.00
EUR
Lot 1:Provision of Operational Uniforms
Lot No:
1
II.2.2)
Additional CPV code(s)
18100000
-
Occupational clothing, special workwear and accessories
18110000
-
Occupational clothing
18113000
-
Industrial clothing
18221000
-
Waterproof clothing
18222000
-
Corporate clothing
18300000
-
Garments
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
18815000
-
Boots
18830000
-
Protective footwear
35113400
-
Protective and safety clothing
35811100
-
Fire-brigade uniforms
35811200
-
Police uniforms
35811300
-
Military uniforms
II.2.3)
Place of performance
II.2.4)
Description of the procurement
There shall be a single supplier Goods Contract
for the provision of operational uniforms as further described in Appendix 1 and Appendix 2(A) of this RFT.
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
Lot 2: Provision of Service Dress Uniforms
Lot No:
2
II.2.2)
Additional CPV code(s)
18100000
-
Occupational clothing, special workwear and accessories
18110000
-
Occupational clothing
18113000
-
Industrial clothing
18221000
-
Waterproof clothing
18222000
-
Corporate clothing
18300000
-
Garments
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
18815000
-
Boots
18830000
-
Protective footwear
35113400
-
Protective and safety clothing
35811100
-
Fire-brigade uniforms
35811200
-
Police uniforms
35811300
-
Military uniforms
II.2.3)
Place of performance
II.2.4)
Description of the procurement
There shall be a single supplier Goods Contract
for the provision of service dress uniforms as further described in Appendix 1 and Appendix 2(B) of this RFT.
Criteria below
Quality criterion
-
Name:
Tenderer’s proposals in relation to Delivery Methodology
/
Weighting:
25
Quality criterion
-
Name:
Tenderer’s proposals in relation to Storage & Packaging
/
Weighting:
10
Quality criterion
-
Name:
Tenderer’s proposed Business Plan
/
Weighting:
25
Cost criterion
-
Name:
Total Cost
/
Weighting:
40
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
Lot 3: Provision of Operational and Service Dress Footwear
Lot No:
3
II.2.2)
Additional CPV code(s)
18100000
-
Occupational clothing, special workwear and accessories
18110000
-
Occupational clothing
18113000
-
Industrial clothing
18221000
-
Waterproof clothing
18222000
-
Corporate clothing
18300000
-
Garments
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
18815000
-
Boots
18830000
-
Protective footwear
35113400
-
Protective and safety clothing
35811100
-
Fire-brigade uniforms
35811200
-
Police uniforms
35811300
-
Military uniforms
II.2.3)
Place of performance
II.2.4)
Description of the procurement
There shall be a single supplier Goods Contract for the provision of operational and service dress footwear as further described in Appendix 1 and Appendix 2 (C) of this RFT.
Criteria below
Quality criterion
-
Name:
Tenderer’s proposals in relation to Delivery Methodology
/
Weighting:
25
Quality criterion
-
Name:
Tenderer’s proposals in relation to Storage & Packaging
/
Weighting:
10
Quality criterion
-
Name:
Tenderer’s proposed Business Plan
/
Weighting:
25
Cost criterion
-
Name:
Total Cost
/
Weighting:
40
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