The Minister for Justice has political responsibility for the prison system in Ireland. The Irish Prison Service (IPS) operates as an Office of the Department of Justice and is headed by the Director General and supported by five Directors. IPS now has a requirement for specific types of detection dogs to enhance safety and improve operational efficiencies. The specific dogs are called out in our Request for Tender (RFT); they must be trained to handler level, must be in good health certified by a veterinarian, and the supplier must follow all Irish and EU regulations for the supply of Detections Dogs. Suppliers will be expected to meet criterion called out on the request for tender and must have experience in breeding and training detection dogs. Please see RFT documents for detailed requirements and specifications.
Deadline
The time limit for receipt of tenders was 2025-04-07.
The procurement was published on 2025-03-03.
Contract notice (2025-03-03) Object Scope of the procurement
Title: RFT for Multi-Supplier Framework Agreement for the provision of operational search and general purpose dogs to the Irish Prison Service (3 x Lots)
Short description:
โThe Minister for Justice has political responsibility for the prison system in Ireland. The Irish Prison Service (IPS) operates as an Office of the...โ
Short description
The Minister for Justice has political responsibility for the prison system in Ireland. The Irish Prison Service (IPS) operates as an Office of the Department of Justice and is headed by the Director General and supported by five Directors. IPS now has a requirement for specific types of detection dogs to enhance safety and improve operational efficiencies. The specific dogs are called out in our Request for Tender (RFT); they must be trained to handler level, must be in good health certified by a veterinarian, and the supplier must follow all Irish and EU regulations for the supply of Detections Dogs. Suppliers will be expected to meet criterion called out on the request for tender and must have experience in breeding and training detection dogs. Please see RFT documents for detailed requirements and specifications.
Show more
Type of contract: Supplies
Products/services: Emergency and security equipment๐ฆ Information about lots
This contract is divided into lots โ
Maximum number of lots that may be awarded to one tenderer: 3
Tenders may be submitted for maximum number of lots: 3
Tenders may be submitted for all lots โ
1๏ธโฃ
Description of the procurement:
โThe Minister for Justice has political responsibility for the prison system in Ireland. The Irish Prison Service (IPS) operates as an Office of the...โ
Description of the procurement
The Minister for Justice has political responsibility for the prison system in Ireland. The Irish Prison Service (IPS) operates as an Office of the Department of Justice and is headed by the Director General and supported by five Directors. IPS now has a requirement for specific types of detection dogs to enhance safety and improve operational efficiencies. The specific dogs are called out in our Request for Tender (RFT); they must be trained to handler level, must be in good health certified by a veterinarian, and the supplier must follow all Irish and EU regulations for the supply of Detections Dogs. Suppliers will be expected to meet criterion called out on the request for tender and must have experience in breeding and training detection dogs. Please see RFT documents for detailed requirements and specifications.
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-04-07 12:00:00 ๐
Conditions for opening of tenders: 2025-04-07 12:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=5215800
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator โ
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Review procedure
Precise information on deadline(s) for review procedures:
โAs per procurement documentsโ Information about electronic workflows
Electronic invoicing will be accepted
Source: OJS 2025/S 044-140078 (2025-03-03)