RFT for Multi-Supplier Framework Agreement for the provision of operational search and general purpose dogs to the Irish Prison Service (3 x Lots)

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 …

CPV: 35100000 Emergency and security equipment, 35000000 Security, fire-fighting, police and defence equipment, 35200000 Police equipment, 35800000 Individual and support equipment, 03140000 Animal products and related products, 03142000 Animal products
Deadline:
April 7, 2025, noon
Deadline type:
Submitting a bid
Place of execution:
RFT for Multi-Supplier Framework Agreement for the provision of operational search and general purpose dogs to the Irish Prison Service (3 x Lots)
Awarding body:
Irish Prison Service
Award number:
1

1. Buyer

1.1 Buyer

Official name : Irish Prison Service
Legal type of the buyer : Central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

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)
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.
Procedure identifier : ad482a8c-154a-4e64-9a2c-94eb4603be8a
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35200000 Police equipment
Additional classification ( cpv ): 35800000 Individual and support equipment
Additional classification ( cpv ): 03140000 Animal products and related products
Additional classification ( cpv ): 03142000 Animal products

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 3
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

5. Lot

5.1 Lot technical ID : LOT-0001

Title : General Purpose Dog
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.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35200000 Police equipment
Additional classification ( cpv ): 35800000 Individual and support equipment
Additional classification ( cpv ): 03140000 Animal products and related products
Additional classification ( cpv ): 03142000 Animal products

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro
Maximum value of the framework agreement : 300 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/04/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 07/04/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As per procurement documents
Organisation providing offline access to the procurement documents : Irish Prison Service -
Organisation receiving requests to participate : Irish Prison Service -
Organisation processing tenders : Irish Prison Service -

5.1 Lot technical ID : LOT-0002

Title : Single Purpose Dog
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.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35200000 Police equipment
Additional classification ( cpv ): 35800000 Individual and support equipment
Additional classification ( cpv ): 03140000 Animal products and related products
Additional classification ( cpv ): 03142000 Animal products

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro
Maximum value of the framework agreement : 200 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/04/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 07/04/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As per procurement documents
Organisation providing offline access to the procurement documents : Irish Prison Service -
Organisation receiving requests to participate : Irish Prison Service -
Organisation processing tenders : Irish Prison Service -

5.1 Lot technical ID : LOT-0003

Title : Special Purpose Dog
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.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35100000 Emergency and security equipment
Additional classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35200000 Police equipment
Additional classification ( cpv ): 35800000 Individual and support equipment
Additional classification ( cpv ): 03140000 Animal products and related products
Additional classification ( cpv ): 03142000 Animal products

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro
Maximum value of the framework agreement : 100 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 07/04/2025 12:00 +00:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 07/04/2025 12:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : As per procurement documents
Organisation providing offline access to the procurement documents : Irish Prison Service -
Organisation receiving requests to participate : Irish Prison Service -
Organisation processing tenders : Irish Prison Service -

8. Organisations

8.1 ORG-0001

Official name : Irish Prison Service
Registration number : IE4000089E
Postal address : Irish Prison Service HQ, IDA Business Park, Ballinalee Road, Longford Ireland
Town : Longford
Postcode : N39 A308
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 00353433335100
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : d498e7a2-321d-4195-8f96-a829ac98dcd5 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/03/2025 12:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00140078-2025
OJ S issue number : 44/2025
Publication date : 04/03/2025