Category A Lot 1: Dublin
Lot No:
1
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of the Tenderers proposal for ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of the Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of the Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 600000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category A Lot 2: Meath, Louth, Monaghan, Cavan, Longford
Lot No:
2
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 300000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
This contract is subject to renewal:
yes
Description of renewals:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category A Lot 3: Westmeath, Offaly, Laois, Kildare, Wicklow
Lot No:
3
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 160000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category A Lot 4: Waterford, Kilkenny, Wexford, Carlow
Lot No:
4
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 120000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category A Lot 5: Cork, Kerry
Lot No:
5
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of the Tenderer’s proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 300000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category A Lot 6: Limerick, Clare, Tipperary
Lot No:
6
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 160000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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
Category A Lot 7: Galway, Mayo, Roscommon
Lot No:
7
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 100000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category A Lot 8: Donegal, Sligo, Leitrim
Lot No:
8
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 100000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category A Lot 9: Requirements in more than 1 Lot (Covering Geographic regional and divisional boundaries)
Lot No:
9
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 560000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 10: National Lot: Framework Clients with National requirements
Lot No:
10
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 2400000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 11: Dublin
Lot No:
11
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 2000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford
Lot No:
12
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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
Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow
Lot No:
13
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 640000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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
Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow
Lot No:
14
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 480000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 15: Cork, Kerry
Lot No:
15
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 16: Limerick, Clare, Tipperary
Lot No:
16
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 640000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 17: Galway, Mayo, Roscommon
Lot No:
17
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 320000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 18: Donegal, Sligo, Leitrim
Lot No:
18
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 320000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.
Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)
Lot No:
19
II.2.2)
Additional CPV code(s)
24951210
-
Fire-extinguisher powder
24951220
-
Fire-extinguisher agents
24951230
-
Fire-extinguisher charges
35111000
-
Firefighting equipment
35111200
-
Firefighting materials
35111300
-
Fire extinguishers
35111320
-
Portable fire-extinguishers
39525400
-
Fire blankets
44480000
-
Miscellaneous fire-protection equipment
44482100
-
Fire hoses
45343200
-
Firefighting equipment installation work
45343210
-
CO2 fire-extinguishing equipment installation work
45343220
-
Fire-extinguishers installation work
50000000
-
Repair and maintenance services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Minister for Finance and 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 appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise:
The provision of Portable Fire Equipment Services as set out in the Appendix 2 Pricing Schedule.
Criteria below
Quality criterion
-
Name:
Quality of Tenderers proposed Contract Management Plan
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Management Information System
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers Proposal for Ensuring Continuity of Supply
/
Weighting:
100
Quality criterion
-
Name:
Quality of Tenderers proposed Quality Control Practices
/
Weighting:
150
Quality criterion
-
Name:
Quality of Tenderers proposed Environmental Control Practices
/
Weighting:
50
Quality criterion
-
Name:
Quality of the Tenderers proposed Resourcing Plan
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 800000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
12
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 Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such 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.