Contract notice

Information

Published

Date of dispatch of this notice: 07/12/2020

Expire date: 18/01/2021

External Reference: 2020-274998

TED Reference: 2020/S 242-596208

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Defence Forces Ireland
N/A
McKee Barracks
Dublin 7.
Blackhorse Ave.
IE
Contact person: Sean Cantwell
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=179536&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Defence

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Contract for the Supply of Fire Fighting Protective Clothing to the Irish Defence Forces
Reference number:  DEK-01/21
II.1.2)

Main CPV code

35111000  -  Firefighting equipment
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This framework contract is for the supply of full firefighter’s suits to include:
1. Helmet
2. Helmet cover
3. Particulate Protection Hood
4. Matching Jacket and Trousers – BLACK
5. Matching Jacket and Trousers - GOLD
6. Boots
7. Structural Firefighting Gloves
8. High Performance Firefighting Gloves
9. RTC Gloves
10. Undergarment Flame Retardant Long Sleeved T shirt
11. Undergarment Flame Retardant Long Johns
12. Station wear Polo Shirt
13. Station wear Cargo trousers
14. Station wear Zip Top
15. Station wear shoes
16. Kit Bag
STANDARDS
EN standards are stated throughout this specification. Where a tenderer’s product meets an
equivalent specification, the onus is on the tenderer to demonstrate that the EN standard and
the standard the tender is using are equivalent or better.
II.1.5)

Estimated total value

Value excluding VAT: 200.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

44480000  -  Miscellaneous fire-protection equipment
II.2.3)

Place of performance

Main site or place of performance:  
McKee Bks, Dublin 7
II.2.4)

Description of the procurement

The Defence Forces Corps of Engineers provides a 24 hour fire and rescue service for the
Defence Forces Training Centre and on active service overseas with the United Nations (UN).
There is a requirement for the supply of firefighting protective clothing for training and
operational capabilities which include aviation, structural and gorse firefighting.
This framework contract is for the supply of full firefighter’s suits to include:
1. Helmet
2. Helmet cover
3. Particulate Protection Hood
4. Matching Jacket and Trousers – BLACK
5. Matching Jacket and Trousers - GOLD
6. Boots
7. Structural Firefighting Gloves
8. High Performance Firefighting Gloves
9. RTC Gloves
10. Undergarment Flame Retardant Long Sleeved T shirt
11. Undergarment Flame Retardant Long Johns
12. Station wear Polo Shirt
13. Station wear Cargo trousers
14. Station wear Zip Top
15. Station wear shoes
16. Kit Bag
STANDARDS
EN standards are stated throughout this specification. Where a tenderer’s product meets an
equivalent specification, the onus is on the tenderer to demonstrate that the EN standard and
the standard the tender is using are equivalent or better.
Brand Names
In all cases where a Brand Name is used in this Tender Specification an Equivalent may be
submitted. Brand names or equivalent describe the standard of quality, performance and or
other characteristics which make the items of equipment functionally equivalent to the brand
name product.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 200.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

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

List and brief description of conditions:  As stated in tender document
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in tender document

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
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/01/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 48  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/01/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Inns Quay
Dublin
IE