II.1)
Scope of the procurement
FSU059C - Supply of Corporate Uniforms for Services Officers in the Civil Service
Reference number:
PROJ000005374
18000000
-
Clothing, footwear, luggage articles and accessories
Supplies
II.1.4)
Short description
The Framework Contract is for the Supply and Delivery of Corporate Uniforms for Services Officers within all Central Government Departments Nationally (“Framework Clients”).Goods shall be supplied in all stock sizes to both male and female Services Officers, and in accordance with the Design and Fabric Specifications set out at Appendix 1B of this RFT. A full list of all of the Goods to be supplied by the Supplier is set out at Appendix 2 of the RFT.
II.1.6)
Information about lots
This contract is divided into lots:
no
II.1.7)
Total value of the procurement
Value excluding VAT:
593697.52
EUR
II.2.2)
Additional CPV code(s)
18100000
-
Occupational clothing, special workwear and accessories
18222000
-
Corporate clothing
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 (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 (the “Framework Contract”) for the supply of the goods as described in Appendix 1 to this RFT (“the Goods”). The Framework Contract is for the Supply and Delivery of Corporate Uniforms for Services Officers within all Central Government Departments Nationally (“Framework Clients”).Goods shall be supplied in all stock sizes to both male and female Services Officers, and in accordance with the Design and Fabric Specifications set out at Appendix 1B of this RFT. A full list of all of the Goods to be supplied by the Supplier is set out at Appendix 2 of the RFT.
Criteria below
Quality criterion
-
Name:
Tenderer’s proposals in relation to Delivery Methodology
/
Weighting:
100
Quality criterion
-
Name:
Tenderer’s proposals in relation to Warehouse Stock / Storage of the Goods
/
Weighting:
100
Quality criterion
-
Name:
Tenderer’s proposals in relation to Manage and Maintain - Design & Fabric Specifications
/
Weighting:
50
Quality criterion
-
Name:
Tenderer’s proposals in relation to Self- Measure Processes / Exchange of Goods
/
Weighting:
100
Quality criterion
-
Name:
Tenderer’s proposed Business Plan
/
Weighting:
200
Quality criterion
-
Name:
Tenderer’s proposals in relation to Environmental & Circular Business Model for Clothing Sustainability
/
Weighting:
50
Cost criterion
-
Name:
Cost
/
Weighting:
400
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 twelve (12) months with a maximum of one (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