Contract notice

Information

Published

Date of dispatch of this notice: 05/05/2020

Expire date: 28/07/2020

External Reference: 2020-243615

TED Reference: 2020/S 090-214112

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Prison Services
Dublin
IE
Contact person: Tender Operations
Telephone: +353 0761008000
Internet address(es):
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=166292&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

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

BC for the Provision of Operational Footwear to the Irish Prison Service for FSU062C
Reference number:  PROJ000005906
II.1.2)

Main CPV code

18000000  -  Clothing, footwear, luggage articles and accessories
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Minister for Justice and Equality - Irish Prison Service (the “Contracting Authority”) invites tenders to this request for tenders from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 to this RFT. In summary, the Goods comprise:
The Manufacture, Supply and Delivery of Operational Footwear to the Irish Prison Services as set out in Appendix one and Appendix two to this RFT, including:
The storage and management of the Goods. The supply and delivery of the Goods to various locations Nationally. A Managed Service including inventory / replenishment management of warehouse stock and online ordering system. The management and maintenance of the quality of the Contracting Authority’s Footwear Specifications together with the supply chain for the proposed contract.
The provision of all associated services as set out in Appendix one of this RFT.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

18100000  -  Occupational clothing, special workwear and accessories
18110000  -  Occupational clothing
18222000  -  Corporate clothing
18800000  -  Footwear
18830000  -  Protective footwear
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Justice and Equality - Irish Prison Service (the “Contracting Authority”) invites tenders to this request for tenders from economic operators (“Tenderers”) for the supply of the goods as described in Appendix 1 to this RFT. In summary, the Goods comprise:
The Manufacture, Supply and Delivery of Operational Footwear to the Irish Prison Services as set out in Appendix one and Appendix two to this RFT, including:
The storage and management of the Goods. The supply and delivery of the Goods to various locations Nationally. A Managed Service including inventory / replenishment management of warehouse stock and online ordering system. The management and maintenance of the quality of the Contracting Authority’s Footwear Specifications together with the supply chain for the proposed contract.
The provision of all associated services as set out in Appendix one of this RFT.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Tenderers proposal in relation to providing their Pre Bulk Production Quality Control Sealed Samples  /  Weighting:  25
Quality criterion  -  Name:  Fitting Service Methodology  /  Weighting:  50
Quality criterion  -  Name:  Tenderer’s proposals in relation to their methodology for the Contract Implementation and Availability of Goods  /  Weighting:  50
Quality criterion  -  Name:  Tenderer’s proposals in relation to their methodology for Delivery of Goods (Post Availability of Goods)  /  Weighting:  75
Quality criterion  -  Name:  Tenderer’s proposals in relation to their methodology for a Managed Service  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposals in relation to their methodology for Online Ordering System.  /  Weighting:  100
Quality criterion  -  Name:  Tenderer’s proposals in relation to Storage of the Goods  /  Weighting:  50
Quality criterion  -  Name:  Tenderer’s proposals in relation to Managing and Maintaining Footwear Specifications Documents  /  Weighting:  50
Quality criterion  -  Name:  Tenderer’s proposals in relation to their Business Plan for Managing the Proposed Goods Contract  /  Weighting:  75
Quality criterion  -  Name:  Tenderer’s proposals in relation to Risk Considerations & Continuity of Supply  /  Weighting:  75
Quality criterion  -  Name:  Tenderer’s proposals in relation to Environmental & Circular Business Model for Sustainability  /  Weighting:  50
Cost criterion  -  Name:  Total Cost  /  Weighting:  300
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
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.
II.2.10)

Information about variants

Variants will be accepted: no
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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169021)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169021)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169021)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169021)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169021)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169021)

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/07/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  28/07/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.