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.
Deadline
The time limit for receipt of tenders was 2020-03-12.
The procurement was published on 2020-01-27.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Provision of Portable Fire Equipment Services: Generation II Framework for Office of Government Procurement
PROJ000005545 - FBM067F”
Products/services: Repair and maintenance services of firefighting equipment📦
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...”
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.
Show more
Estimated value excluding VAT: EUR 12 000 000 💰
Information about lots
Tenders may be submitted for all lots
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.
Show more Award criteria
Quality criterion (name): Quality of the tenderer’s proposed contract management plan
Quality criterion (weighting): 150
Quality criterion (name): Quality of the tenderer’s proposed management information system
Quality criterion (weighting): 100
Quality criterion (name): Quality of the tenderers proposal for ensuring continuity of supply
Quality criterion (name): Quality of the tenderers proposed quality control practices
Quality criterion (name): Quality of the tenderers proposed environmental control practices
Quality criterion (weighting): 50
Quality criterion (name): Quality of the tenderers proposed resourcing plan
Cost criterion (name): Cost
Cost criterion (weighting): 350
Scope of the procurement
Estimated total value excluding VAT: EUR 600 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 12
Information about options
Options ✅
Description of options:
“The Contracting Authority reserves the right, at its discretion, to extend the term for a period or periods of up to 12 months with a maximum of 3 such...”
Description of options
The Contracting Authority reserves the right, at its discretion, to extend the term for a period or periods of up to 12 months with a maximum of 3 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed 4 years in aggregate.
Show more Description
Additional information:
“The Contracting Authority reserves the right, at its discretion, to extend the term for a period or periods of up to 12 months with a maximum of 3 such...”
Additional information
The Contracting Authority reserves the right, at its discretion, to extend the term for a period or periods of up to 12 months with a maximum of 3 such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The term will not exceed 4 years in aggregate.
2️⃣ Scope of the procurement
Title: Category A Lot 2: Meath, Louth, Monaghan, Cavan, Longford
Title
Lot Identification Number: 2
Description
Main site or place of performance: Dublin 1
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...”
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.
Show more Award criteria
Quality criterion (name): Quality of the Tenderer’s proposed Contract Management Plan
Quality criterion (name): Quality of the Tenderer’s proposed Management Information System
Quality criterion (name): Quality of Tenderers Proposal for Ensuring Continuity of Supply
Quality criterion (name): Quality of Tenderers proposed Quality Control Practices
Quality criterion (name): Quality of Tenderers proposed Environmental Control Practices
Quality criterion (name): Quality of the Tenderers proposed Resourcing Plan
Scope of the procurement
Estimated total value excluding VAT: EUR 300 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of...”
Description of renewals
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of three (3) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Show more Information about options
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...”
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.
Show more Description
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...”
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.
3️⃣ Scope of the procurement
Title: Category A Lot 3: Westmeath, Offaly, Laois, Kildare, Wicklow
Title
Lot Identification Number: 3
Scope of the procurement
Estimated total value excluding VAT: EUR 160 000 💰
4️⃣ Scope of the procurement
Title: Category A Lot 4: Waterford, Kilkenny, Wexford, Carlow
Title
Lot Identification Number: 4
Scope of the procurement
Estimated total value excluding VAT: EUR 120 000 💰
5️⃣ Scope of the procurement
Title: Category A Lot 5: Cork, Kerry
Title
Lot Identification Number: 5
Scope of the procurement
Estimated total value excluding VAT: EUR 300 000 💰
6️⃣ Scope of the procurement
Title: Category A Lot 6: Limerick, Clare, Tipperary
Title
Lot Identification Number: 6
Description
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...”
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
Show more Award criteria
Quality criterion (name): Quality of Tenderers proposed Contract Management Plan
Quality criterion (name): Quality of Tenderers proposed Management Information System
Scope of the procurement
Estimated total value excluding VAT: EUR 160 000 💰
Information about options
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...”
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
Show more Description
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...”
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
7️⃣ Scope of the procurement
Title: Category A Lot 7: Galway, Mayo, Roscommon
Title
Lot Identification Number: 7
Scope of the procurement
Estimated total value excluding VAT: EUR 100 000 💰
8️⃣ Scope of the procurement
Title: Category A Lot 8: Donegal, Sligo, Leitrim
Title
Lot Identification Number: 8
Scope of the procurement
Estimated total value excluding VAT: EUR 100 000 💰
9️⃣ Scope of the procurement
Title:
“Category A Lot 9: Requirements in more than 1 Lot (Covering Geographic regional and divisional boundaries)” Title
Lot Identification Number: 9
Scope of the procurement
Estimated total value excluding VAT: EUR 560 000 💰
Information about options
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...”
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
1️⃣0️⃣ Scope of the procurement
Title: Category B Lot 10: National Lot: Framework Clients with National requirements
Title
Lot Identification Number: 10
Scope of the procurement
Estimated total value excluding VAT: EUR 2 400 000 💰
1️⃣1️⃣ Scope of the procurement
Title: Category B Lot 11: Dublin
Title
Lot Identification Number: 11
Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 💰
1️⃣2️⃣ Scope of the procurement
Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford
Title
Lot Identification Number: 12
Scope of the procurement
Estimated total value excluding VAT: EUR 1 000 000 💰
1️⃣3️⃣ Scope of the procurement
Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow
Title
Lot Identification Number: 13
Scope of the procurement
Estimated total value excluding VAT: EUR 640 000 💰
1️⃣4️⃣ Scope of the procurement
Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow
Title
Lot Identification Number: 14
Scope of the procurement
Estimated total value excluding VAT: EUR 480 000 💰
1️⃣5️⃣ Scope of the procurement
Title: Category B Lot 15: Cork, Kerry
Title
Lot Identification Number: 15
Scope of the procurement
Estimated total value excluding VAT: EUR 1 000 000 💰
1️⃣6️⃣ Scope of the procurement
Title: Category B Lot 16: Limerick, Clare, Tipperary
Title
Lot Identification Number: 16
Scope of the procurement
Estimated total value excluding VAT: EUR 640 000 💰
1️⃣7️⃣ Scope of the procurement
Title: Category B Lot 17: Galway, Mayo, Roscommon
Title
Lot Identification Number: 17
Scope of the procurement
Estimated total value excluding VAT: EUR 320 000 💰
1️⃣8️⃣ Scope of the procurement
Title: Category B Lot 18: Donegal, Sligo, Leitrim
Title
Lot Identification Number: 18
Scope of the procurement
Estimated total value excluding VAT: EUR 320 000 💰
1️⃣9️⃣ Scope of the procurement
Title:
“Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)” Title
Lot Identification Number: 19
Scope of the procurement
Estimated total value excluding VAT: EUR 800 000 💰
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
“Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).” Economic and financial standing
List and brief description of selection criteria:
“Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).” Conditions for participation
“Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).” Technical and professional ability
List and brief description of selection criteria:
“Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).” Conditions for participation
Conditions for participation (technical and professional ability):
“Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).” Conditions related to the contract
Contract performance conditions:
“Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).”
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 15
Administrative information
Previous publication concerning this procedure: 2019/S 143-352163
Time limit for receipt of tenders or requests to participate: 2020-03-12
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Conditions for opening of tenders: 2020-03-12
12:00 📅
Complementary information Additional information
“Please refer to the request for tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).” Review body
Name: The High Court of Ireland
Postal town: Dublin
Country: Ireland 🇮🇪 Review procedure
Precise information on deadline(s) for review procedures: Please consult with your own legal advisors.
Source: OJS 2020/S 020-044417 (2020-01-27)
Contract award notice (2020-08-24) Object Scope of the procurement
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...”
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.
Show more
Total value of the procurement (excluding VAT): EUR 12 000 000 💰
Information about lots
This contract is divided into lots ✅ Description
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...”
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.
Show more Award criteria
Quality criterion (name): Quality of the Tenderers proposal for ensuring Continuity of Supply
Quality criterion (name): Quality of the Tenderers proposed Quality Control Practices
Quality criterion (name): Quality of the Tenderers proposed Environmental Control Practices
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 020-044417
Award of contract
1️⃣
Contract Number: 1
Lot Identification Number: 1
Title: Category A Lot 1: Dublin
Date of conclusion of the contract: 2020-06-19 📅
Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
Name and address of the contractor
Name: B&M Fire Ltd
National registration number: IE6370841S
Postal address: 53 Belmont Green
Postal town: Newbridge
Postal code: Kildare
Country: Ireland 🇮🇪
Phone: +353 867304266📞
E-mail: trevorpercy77@gmail.com📧
Region: Éire/Ireland🏙️
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 600 000 💰
2️⃣
Contract Number: 2
Name and address of the contractor
Name: Chubb Ireland Ltd
National registration number: 8267973E
Postal address: Unit 2 Stillorgan Industrial Park, Blackrock,
Postal town: Dublin
Postal code: Co Dublin
Phone: +353 12953333📞
E-mail: martina.hanlon@chubb.ie📧
Fax: +353 214978913 📠
URL: http://www.chubb.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 600 000 💰
3️⃣
Contract Number: 3
Name and address of the contractor
Name: D.B.McLarnon Fire Protection Agency Ltd (T/A MCL Fire)
National registration number: IE 3348391OH
Postal address: Unit 44 Work West Industrial Estate, 301 Glen Road
Postal town: Belfast
Postal code: Co Antrim
Phone: +44 2890301752📞
E-mail: dermot@mclfire.com📧
URL: http://www.mclfire.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 600 000 💰
4️⃣
Contract Number: 4
Lot Identification Number: 2
Title: Category A Lot 2: Meath, Louth, Monaghan, Cavan, Longford
Name and address of the contractor
Name: Amber Fire Protection ltd
National registration number: N/a
Postal address: Unit B6 Corcanree Business Park
Postal town: Limerick
Postal code: Dock Road
Phone: +353 61228991📞
E-mail: info@amberfire.ie📧
Fax: +353 61229877 📠
URL: http://www.amberfire.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 💰
5️⃣
Contract Number: 5
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 💰
6️⃣
Contract Number: 6
Name and address of the contractor
Name: Sharp Group Fire & Security Services
National registration number: 311660
Postal address: 411 Grants Park
Postal code: Greenogue Business P
Phone: +353 14586605📞
E-mail: tender@sharpgroup.ie📧 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 💰
7️⃣
Contract Number: 7
Lot Identification Number: 3
Title: Category A Lot 3: Westmeath, Offaly, Laois, Kildare, Wicklow
Name and address of the contractor
Name: Abacus Fire & Safety
Postal address: Broughan
Postal code: The Ward, Co Dublin
Phone: +353 872496894📞
E-mail: abacusfire@gmail.com📧
Fax: +353 18646509 📠
URL: http://abacusfire.com🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 160 000 💰
8️⃣
Contract Number: 8
Name and address of the contractor
Name: GD Gendist Fire & Safety
National registration number: 0647808K
Postal address: Tallaght Business Park
Postal code: Dublin 24
E-mail: info@gdgroup.ie📧
URL: http://www.gdgroup.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 160 000 💰
9️⃣
Contract Number: 9
Name and address of the contractor
Name: Masterfire Life Safety Systems Ltd
National registration number: 9582360k
Postal address: Units 2 & 3 Ardee Business Park
Postal town: Ardee
Postal code: Louth A92 TD4E
Phone: +353 416853313📞
E-mail: paul@masterfirelifesafety.ie📧
Fax: +353 416857771 📠
URL: http://www.masterfire.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 160 000 💰
1️⃣0️⃣
Contract Number: 10
Lot Identification Number: 4
Title: Category A Lot 4: Waterford, Kilkenny, Wexford, Carlow
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 120 000 💰
1️⃣1️⃣
Contract Number: 11
Name and address of the contractor
Name: Aqua Fire Prevention Ltd.
National registration number: 113607
Postal address: Unit 8, Cookstown Square
Postal town: Tallaght
Postal code: Cookstown Industrial
Phone: +353 14527016📞
E-mail: info@aquafire.ie📧
Fax: +353 14599243 📠
URL: http://www.aquafire.ie🌏 Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 120 000 💰
1️⃣2️⃣
Contract Number: 12
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 120 000 💰
1️⃣3️⃣
Contract Number: 13
Lot Identification Number: 5
Title: Category A Lot 5: Cork, Kerry
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 💰
1️⃣4️⃣
Contract Number: 14
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 💰
1️⃣5️⃣
Contract Number: 15
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 💰
1️⃣6️⃣
Contract Number: 16
Lot Identification Number: 6
Title: Category A Lot 6: Limerick, Clare, Tipperary
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 160 000 💰
1️⃣7️⃣
Contract Number: 17
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 160 000 💰
1️⃣8️⃣
Contract Number: 18
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 160 000 💰
1️⃣9️⃣
Contract Number: 19
Lot Identification Number: 7
Title: Category A Lot 7: Galway, Mayo, Roscommon
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 100 000 💰
2️⃣0️⃣
Contract Number: 20
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 100 000 💰
2️⃣1️⃣
Contract Number: 21
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 100 000 💰
2️⃣2️⃣
Contract Number: 22
Lot Identification Number: 8
Title: Category A Lot 8: Donegal, Sligo, Leitrim
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 100 000 💰
2️⃣3️⃣
Contract Number: 23
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 100 000 💰
2️⃣4️⃣
Contract Number: 24
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 100 000 💰
2️⃣5️⃣
Contract Number: 25
Lot Identification Number: 9
Title:
“Category A Lot 9: Requirements in more than 1 (Covering Geographic Regional & Divisional Boundaries)” Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 560 000 💰
2️⃣6️⃣
Contract Number: 26
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 560 000 💰
2️⃣7️⃣
Contract Number: 27
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 560 000 💰
2️⃣8️⃣
Contract Number: 28
Lot Identification Number: 10
Title: Category B Lot 10: National Lot: Framework Clients with National requirements
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 400 000 💰
2️⃣9️⃣
Contract Number: 29
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 400 000 💰
3️⃣0️⃣
Contract Number: 30
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 400 000 💰
3️⃣1️⃣
Contract Number: 31
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 400 000 💰
3️⃣2️⃣
Contract Number: 32
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 400 000 💰
3️⃣3️⃣
Contract Number: 33
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 400 000 💰
3️⃣4️⃣
Contract Number: 34
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 400 000 💰
3️⃣5️⃣
Contract Number: 35
Lot Identification Number: 11
Title: Category B Lot 11: Dublin
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
3️⃣6️⃣
Contract Number: 36
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
3️⃣7️⃣
Contract Number: 37
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
3️⃣8️⃣
Contract Number: 38
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
3️⃣9️⃣
Contract Number: 39
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
4️⃣0️⃣
Contract Number: 40
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
4️⃣1️⃣
Contract Number: 41
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
4️⃣2️⃣
Contract Number: 42
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 💰
4️⃣3️⃣
Contract Number: 43
Lot Identification Number: 12
Title: Category B Lot 12: Meath, Louth, Monaghan, Cavan, Longford
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
4️⃣4️⃣
Contract Number: 44
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
4️⃣5️⃣
Contract Number: 45
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
4️⃣6️⃣
Contract Number: 46
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
4️⃣7️⃣
Contract Number: 47
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
4️⃣8️⃣
Contract Number: 48
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
4️⃣9️⃣
Contract Number: 49
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
5️⃣0️⃣
Contract Number: 50
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
5️⃣1️⃣
Contract Number: 51
Lot Identification Number: 13
Title: Category B Lot 13: Westmeath, Offaly, Laois, Kildare, Wicklow
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣2️⃣
Contract Number: 52
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣3️⃣
Contract Number: 53
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣4️⃣
Contract Number: 54
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣5️⃣
Contract Number: 55
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣6️⃣
Contract Number: 56
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣7️⃣
Contract Number: 57
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣8️⃣
Contract Number: 58
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
5️⃣9️⃣
Contract Number: 59
Lot Identification Number: 14
Title: Category B Lot 14: Waterford, Kilkenny, Wexford, Carlow
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 480 000 💰
6️⃣0️⃣
Contract Number: 60
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 480 000 💰
6️⃣1️⃣
Contract Number: 61
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 480 000 💰
6️⃣2️⃣
Contract Number: 62
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 480 000 💰
6️⃣3️⃣
Contract Number: 63
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 480 000 💰
6️⃣4️⃣
Contract Number: 64
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 480 000 💰
6️⃣5️⃣
Contract Number: 65
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 480 000 💰
6️⃣6️⃣
Contract Number: 66
Lot Identification Number: 15
Title: Category B Lot 15: Cork, Kerry
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
6️⃣7️⃣
Contract Number: 67
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
6️⃣8️⃣
Contract Number: 68
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
6️⃣9️⃣
Contract Number: 69
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
7️⃣0️⃣
Contract Number: 70
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
7️⃣1️⃣
Contract Number: 71
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
7️⃣2️⃣
Contract Number: 72
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 000 000 💰
7️⃣3️⃣
Contract Number: 73
Lot Identification Number: 16
Title: Category B Lot 16: Limerick, Clare, Tipperary
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
7️⃣4️⃣
Contract Number: 74
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
7️⃣5️⃣
Contract Number: 75
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
7️⃣6️⃣
Contract Number: 76
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
7️⃣7️⃣
Contract Number: 77
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
7️⃣8️⃣
Contract Number: 78
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
7️⃣9️⃣
Contract Number: 79
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 640 000 💰
8️⃣0️⃣
Contract Number: 80
Lot Identification Number: 17
Title: Category B Lot 17: Galway, Mayo, Roscommon
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣1️⃣
Contract Number: 81
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣2️⃣
Contract Number: 82
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣3️⃣
Contract Number: 83
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣4️⃣
Contract Number: 84
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣5️⃣
Contract Number: 85
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣6️⃣
Contract Number: 86
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣7️⃣
Contract Number: 87
Lot Identification Number: 18
Title: Category B Lot 18: Donegal, Sligo, Leitrim
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣8️⃣
Contract Number: 88
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
8️⃣9️⃣
Contract Number: 89
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
9️⃣0️⃣
Contract Number: 90
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
9️⃣1️⃣
Contract Number: 91
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
9️⃣2️⃣
Contract Number: 92
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
9️⃣3️⃣
Contract Number: 93
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 320 000 💰
9️⃣4️⃣
Contract Number: 94
Lot Identification Number: 19
Title:
“Category B Lot 19: Requirements in more than 1 Lot (Covering Geographical Regional & Divisional Boundaries)” Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
9️⃣5️⃣
Contract Number: 95
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
9️⃣6️⃣
Contract Number: 96
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
9️⃣7️⃣
Contract Number: 97
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
9️⃣8️⃣
Contract Number: 98
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
9️⃣9️⃣
Contract Number: 99
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
1️⃣0️⃣0️⃣
Contract Number: 100
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
1️⃣0️⃣1️⃣
Contract Number: 101
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
Complementary information Additional information
“Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #164466).”
Source: OJS 2020/S 167-404783 (2020-08-24)