Contract award notice

Information

Published

Date of dispatch of this notice: 24/08/2020

External Reference: 2020-202348

TED Reference: 2020/S 167-404783

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Internet address(es):
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

Provision of Portable Fire Equipment Services: Generation II Framework for Office of Government Procurement
Reference number:  PROJ000005545 - FBM067F
II.1.2)

Main CPV code

50413200  -  Repair and maintenance services of firefighting equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  12000000.00  EUR
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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
II.2.5)

Award criteria

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
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
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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: 2020/S 020-044417

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Category A Lot 1: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

B&M Fire Ltd
IE6370841S
53 Belmont Green
Newbridge
Kildare
IE
Telephone: +353 867304266

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  600000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 1

Title: Category A Lot 1: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  600000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 1

Title: Category A Lot 1: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  600000.00  EUR

Section V: Award of contract

Contract No: 4

Lot No: 2

Title: Category A Lot 2: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 5

Lot No: 2

Title: Category A Lot 2: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 6

Lot No: 2

Title: Category A Lot 2: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 7

Lot No: 3

Title: Category A Lot 3: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Abacus Fire & Safety
N/A
Broughan
Dublin
The Ward, Co Dublin
IE
Telephone: +353 872496894
Fax: +353 18646509
Internet address: http://abacusfire.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  160000.00  EUR

Section V: Award of contract

Contract No: 8

Lot No: 3

Title: Category A Lot 3: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  160000.00  EUR

Section V: Award of contract

Contract No: 9

Lot No: 3

Title: Category A Lot 3: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  160000.00  EUR

Section V: Award of contract

Contract No: 10

Lot No: 4

Title: Category A Lot 4: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  120000.00  EUR

Section V: Award of contract

Contract No: 11

Lot No: 4

Title: Category A Lot 4: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  120000.00  EUR

Section V: Award of contract

Contract No: 12

Lot No: 4

Title: Category A Lot 4: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  120000.00  EUR

Section V: Award of contract

Contract No: 13

Lot No: 5

Title: Category A Lot 5: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 14

Lot No: 5

Title: Category A Lot 5: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 15

Lot No: 5

Title: Category A Lot 5: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 16

Lot No: 6

Title: Category A Lot 6: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  160000.00  EUR

Section V: Award of contract

Contract No: 17

Lot No: 6

Title: Category A Lot 6: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  160000.00  EUR

Section V: Award of contract

Contract No: 18

Lot No: 6

Title: Category A Lot 6: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  160000.00  EUR

Section V: Award of contract

Contract No: 19

Lot No: 7

Title: Category A Lot 7: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 20

Lot No: 7

Title: Category A Lot 7: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 21

Lot No: 7

Title: Category A Lot 7: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 22

Lot No: 8

Title: Category A Lot 8: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 23

Lot No: 8

Title: Category A Lot 8: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 24

Lot No: 8

Title: Category A Lot 8: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 25

Lot No: 9

Title: Category A Lot 9: Requirements in more than 1 (Covering Geographic Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Abacus Fire & Safety
N/A
Broughan
Dublin
The Ward, Co Dublin
IE
Telephone: +353 872496894
Fax: +353 18646509
Internet address: http://abacusfire.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  560000.00  EUR

Section V: Award of contract

Contract No: 26

Lot No: 9

Title: Category A Lot 9: Requirements in more than 1 (Covering Geographic Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  560000.00  EUR

Section V: Award of contract

Contract No: 27

Lot No: 9

Title: Category A Lot 9: Requirements in more than 1 (Covering Geographic Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  560000.00  EUR

Section V: Award of contract

Contract No: 28

Lot No: 10

Title: Category B Lot 10: National Lot: Framework Clients with National requirements

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2400000.00  EUR

Section V: Award of contract

Contract No: 29

Lot No: 10

Title: Category B Lot 10: National Lot: Framework Clients with National requirements

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2400000.00  EUR

Section V: Award of contract

Contract No: 30

Lot No: 10

Title: Category B Lot 10: National Lot: Framework Clients with National requirements

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2400000.00  EUR

Section V: Award of contract

Contract No: 31

Lot No: 10

Title: Category B Lot 10: National Lot: Framework Clients with National requirements

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2400000.00  EUR

Section V: Award of contract

Contract No: 32

Lot No: 10

Title: Category B Lot 10: National Lot: Framework Clients with National requirements

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2400000.00  EUR

Section V: Award of contract

Contract No: 33

Lot No: 10

Title: Category B Lot 10: National Lot: Framework Clients with National requirements

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2400000.00  EUR

Section V: Award of contract

Contract No: 34

Lot No: 10

Title: Category B Lot 10: National Lot: Framework Clients with National requirements

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2400000.00  EUR

Section V: Award of contract

Contract No: 35

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Abacus Fire & Safety
N/A
Broughan
Dublin
The Ward, Co Dublin
IE
Telephone: +353 872496894
Fax: +353 18646509
Internet address: http://abacusfire.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 36

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 37

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 38

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 39

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 40

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 41

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 42

Lot No: 11

Title: Category B Lot 11: Dublin

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  2000000.00  EUR

Section V: Award of contract

Contract No: 43

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Abacus Fire & Safety
N/A
Broughan
Dublin
The Ward, Co Dublin
IE
Telephone: +353 872496894
Fax: +353 18646509
Internet address: http://abacusfire.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 44

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 45

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 46

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 47

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 48

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 49

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 50

Lot No: 12

Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 51

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Abacus Fire & Safety
N/A
Broughan
Dublin
The Ward, Co Dublin
IE
Telephone: +353 872496894
Fax: +353 18646509
Internet address: http://abacusfire.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 52

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 53

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 54

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 55

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 56

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 57

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 58

Lot No: 13

Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 59

Lot No: 14

Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  480000.00  EUR

Section V: Award of contract

Contract No: 60

Lot No: 14

Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  480000.00  EUR

Section V: Award of contract

Contract No: 61

Lot No: 14

Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  480000.00  EUR

Section V: Award of contract

Contract No: 62

Lot No: 14

Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  480000.00  EUR

Section V: Award of contract

Contract No: 63

Lot No: 14

Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  480000.00  EUR

Section V: Award of contract

Contract No: 64

Lot No: 14

Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  480000.00  EUR

Section V: Award of contract

Contract No: 65

Lot No: 14

Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  480000.00  EUR

Section V: Award of contract

Contract No: 66

Lot No: 15

Title: Category B Lot 15: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 67

Lot No: 15

Title: Category B Lot 15: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 68

Lot No: 15

Title: Category B Lot 15: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 69

Lot No: 15

Title: Category B Lot 15: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 70

Lot No: 15

Title: Category B Lot 15: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 71

Lot No: 15

Title: Category B Lot 15: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 72

Lot No: 15

Title: Category B Lot 15: Cork, Kerry

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  1000000.00  EUR

Section V: Award of contract

Contract No: 73

Lot No: 16

Title: Category B Lot 16: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 74

Lot No: 16

Title: Category B Lot 16: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 75

Lot No: 16

Title: Category B Lot 16: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 76

Lot No: 16

Title: Category B Lot 16: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 77

Lot No: 16

Title: Category B Lot 16: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 78

Lot No: 16

Title: Category B Lot 16: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 79

Lot No: 16

Title: Category B Lot 16: Limerick, Clare, Tipperary

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  640000.00  EUR

Section V: Award of contract

Contract No: 80

Lot No: 17

Title: Category B Lot 17: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 81

Lot No: 17

Title: Category B Lot 17: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 82

Lot No: 17

Title: Category B Lot 17: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 83

Lot No: 17

Title: Category B Lot 17: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 84

Lot No: 17

Title: Category B Lot 17: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 85

Lot No: 17

Title: Category B Lot 17: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 86

Lot No: 17

Title: Category B Lot 17: Galway, Mayo, Roscommon

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 87

Lot No: 18

Title: Category B Lot 18: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 88

Lot No: 18

Title: Category B Lot 18: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 89

Lot No: 18

Title: Category B Lot 18: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 90

Lot No: 18

Title: Category B Lot 18: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 91

Lot No: 18

Title: Category B Lot 18: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 92

Lot No: 18

Title: Category B Lot 18: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 93

Lot No: 18

Title: Category B Lot 18: Donegal, Sligo, Leitrim

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  320000.00  EUR

Section V: Award of contract

Contract No: 94

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Abacus Fire & Safety
N/A
Broughan
Dublin
The Ward, Co Dublin
IE
Telephone: +353 872496894
Fax: +353 18646509
Internet address: http://abacusfire.com

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section V: Award of contract

Contract No: 95

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Amber Fire Protection ltd
N/A
Unit B6 Corcanree Business Park
Limerick
Dock Road
IE
Telephone: +353 61228991
Fax: +353 61229877
Internet address: http://www.amberfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section V: Award of contract

Contract No: 96

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Aqua Fire Prevention Ltd.
113607
Unit 8, Cookstown Square
Tallaght
Cookstown Industrial
IE
Telephone: +353 014527016
Fax: +353 014599243
Internet address: http://www.aquafire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section V: Award of contract

Contract No: 97

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Chubb Ireland Ltd
8267973E
Unit 2 Stillorgan Industrial Park, Blackrock,
Dublin
Co Dublin
IE
Telephone: +353 12953333
Fax: +353 0214978913
Internet address: http://www.chubb.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section V: Award of contract

Contract No: 98

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
IE 3348391OH
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
Co Antrim
IE
Telephone: +44 2890301752
Internet address: http://www.mclfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section V: Award of contract

Contract No: 99

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

GD Gendist Fire & Safety
0647808K
Tallaght Business Park
Dublin
Dublin 24
IE
Internet address: http://www.gdgroup.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section V: Award of contract

Contract No: 100

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Masterfire Life Safety Systems Ltd
9582360k
Units 2 & 3 Ardee Business Park
Ardee
Louth A92 TD4E
IE
Telephone: +353 416853313
Fax: +353 416857771
Internet address: http://www.masterfire.ie

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section V: Award of contract

Contract No: 101

Lot No: 19

Title: Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)

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

Award of contract

V.2.1)

Date of conclusion of the contract

19/06/2020
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Sharp Group Fire & Security Services
311660
411 Grants Park
Dublin
Greenogue Business P
IE
Telephone: +353 014586605

The contractor is an SME : yes
V.2.4)

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

Total value of the contract/lot:  800000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

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