Back to tenders & grants page
Ireland-Dublin: Occupational clothing, special workwear and accessories Textile Ireland-Dublin: Occupational clothing, special workwear and accessories
Receive Tenders like this by email

Ireland-Dublin: Occupational clothing, special workwear and accessories

Ireland-Dublin: Occupational clothing, special workwear and accessories has been closed on 04 Aug 2022. It no longer accepts any bids. For further information, you can contact the Office of the Revenue Commissioners (40000098F)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Office of the Revenue Commissioners (40000098F)

Industry:

Textile

Status:

Closed

Timeline

Published:

27 Dec 2021

Deadline:

04 Aug 2022

Value:

Not available

Contacts

Name:

Brian Norman

Description

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Office of the Revenue Commissioners
National registration number: 40000098F
Postal address: Dublin Castle
Town: Dublin
NUTS code: IE061 Dublin
Postal code: Dublin 2
Country: Ireland
Contact person: Brian Norman
E-mail: [email protected]
Internet address(es):
Main address: http://www.revenue.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/366
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=204657&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=204657&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Request for Tenders for the Supply of Revenue Customs Service Dress & Operational Uniforms to the Revenue Commissioners

Reference number: RFT ID 205231
II.1.2)Main CPV code
18100000 Occupational clothing, special workwear and accessories
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Revenue Commissioners would like to request tenders for the manufacture, supply, storage and delivery of Customs Service Dress & Operational Uniforms (Goods). Each of the Goods shall be delivered as personal uniform packs (“Personal Uniform Packs”). The composition (in terms of coat, trousers, cap, shirt, tie etc.) of each Personal Uniform Pack shall vary depending upon the role of the Contracting Authority’s personnel – in this regard, there are 10 roles of personnel.

Full details of the precise composition/make-up of the Personal Uniform Pack for these ten roles of personnel shall be provided to the successful Tenderer upon award of the Goods Contract.

Estimated quantities of Goods required over the initial three-year period are set out in Appendix 2 of the RFT and these Goods shall also be supplied by way of Personal Uniform Packs.

Please refer to RFT for further details.

II.1.5)Estimated total value
Value excluding VAT: 3 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
18110000 Occupational clothing
18130000 Special workwear
18200000 Outerwear
18220000 Weatherproof clothing
18222000 Corporate clothing
18230000 Miscellaneous outerwear
18330000 T-shirts and shirts
18400000 Special clothing and accessories
II.2.3)Place of performance
NUTS code: IE061 Dublin
II.2.4)Description of the procurement:

Revenue Commissioners would like to request tenders for the manufacture, supply, storage and delivery of Customs Service Dress & Operational Uniforms (Goods). Each of the Goods shall be delivered as personal uniform packs (“Personal Uniform Packs”). The composition (in terms of coat, trousers, cap, shirt, tie etc.) of each Personal Uniform Pack shall vary depending upon the role of the Contracting Authority’s personnel – in this regard, there are 10 roles of personnel as follows:

1. Airport/port duties no patrol vehicle duties;

2. Patrol vehicles only (no port/airport duties);

3. Scanner or dog units;

4. Ports/airports staff with occasional operational/patrol duties; and

5. Operational/patrol staff with occasional airport/port duties.

6. Maritime

7. Trade Facilitation Unit (TFU) staff with indoor duties only

8. TFU staff with indoor public facing and outdoor duties

9. TFU staff with public facing indoor duties only

10. NPC staff

Full details of the precise composition/make-up of the Personal Uniform Pack for these ten roles of personnel shall be provided to the successful Tenderer upon award of the Goods Contract.

Estimated quantities of Goods required over the initial three-year period are set out in Appendix 2 of the RFT and these Goods shall also be supplied by way of Personal Uniform Packs.

Please refer to RFT for further details.

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: 3 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Initial contract period is for 3 years. Revenue Commissioners reserve the right to extend the contract for a period(s) annually for up to 3 years.

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
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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

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
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: 11/03/2022
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Irish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 11/03/2022
Local time: 17:00
Information about authorised persons and opening procedure:

The date and time set out above is subject to change at the Revenue Commissioners discretion.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

6 years

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court
Postal address: Four Courts, Inns Quay
Town: Dublin 7
Country: Ireland
VI.5)Date of dispatch of this notice:
22/12/2021

http://ted.europa.eu/udl?uri=TED:NOTICE:666221-2021:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more