Request for Tenders for the provision of School Stationery Kits and distribution nationally under the European Social Fund (ESF plus) Food and Basic Materials SSB050C

The Department of Social Protection (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). In summary, the Services comprise of: 1. The supply of school stationery 2. …

CPV: 22800000 Papirnati ili kartonski registri, knjigovodstvene knjige, uvezi, obrasci i drugi tiskani uredski materijal, 30192700 Listovni materijal za pisanje, 30199000 Papirne potrepštine i ostali artikli, 30199600 Razdjelni listovi, 30199700 Tiskani materijal za pisanje osim obrazaca, 64121100 Usluge dostave pošte, 64121200 Usluge dostave paketa, 79823000 Usluge tiskanja i isporuke
mjesto izvršenja:
Request for Tenders for the provision of School Stationery Kits and distribution nationally under the European Social Fund (ESF plus) Food and Basic Materials SSB050C
registar:
Department of Social Protection
nagradni broj:
0

1. Buyer

1.1 Buyer

Official name : Department of Social Protection
Legal type of the buyer : Central government authority
Activity of the contracting authority : Social protection

2. Procedure

2.1 Procedure

Title : Request for Tenders for the provision of School Stationery Kits and distribution nationally under the European Social Fund (ESF plus) Food and Basic Materials SSB050C
Description : The Department of Social Protection (the “Contracting Authority”) invites tenders (“Tenders”) to this request for tenders (“RFT”) from economic operators (“Tenderers”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”). In summary, the Services comprise of: 1. The supply of school stationery 2. The packing of school stationery into 4 age appropriate packaging boxes 3. The delivery of the packaged School Stationery Kits nationwide 4. The provision of detailed Proof of Delivery receipts and associated digital photos.
Procedure identifier : fcdd525a-503f-4e3f-8c37-714e6abc3b5b
Previous notice : 36a6b6a5-8e5e-4598-85bb-c433b7b482ea-02
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64121200 Parcel delivery services
Additional classification ( cpv ): 30192700 Stationery
Additional classification ( cpv ): 30199700 Printed stationery except forms
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 22800000 Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
Additional classification ( cpv ): 30199600 Dividers for stationery
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 64121100 Mail delivery services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 3 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Request for Tenders for the provision of School Stationery Kits and distribution nationally under the European Social Fund (ESF plus) Food and Basic Materials SSB050C
Description : This Competition is to establish a Single-Supplier Agreement for the supply of School Stationery Kits for 4 different Children’s age group. The School Stationery Kits will contain the items or equivalent as listed at Section 1.2. The School Stationery Kits must be packed into (4) individual colour coded boxes which will indicate the age appropriate items as specified in Section 1.2 and distribute to approved charities, direct provision centres and schools nationwide. The list of distribution locations in 2023 is provided below. (See Table 1 Delivery Locations) The School Stationery Kits must be delivered prior to the First (1st) Monday of the 3rd week of August, with the majority (of the deliveries) made by the end of the first week of August, to provide sufficient time for approved charities, direct provision centres and schools to distribute the School Stationery Kits to their recipients in advance of the start of the school year. While the majority of deliveries will be delivered on pallets there may be a need to deliver a small quantity (15 boxes or less) of School Stationery kits to an individual location in exceptional circumstances. The Contracting Authority will seek to minimise these delivery types or consolidate them where they may occur. It should be noted that while the majority of School Stationery Kits must be delivered by the First Monday of the 3rd week in August, there may be a small number of orders required for delivery up to Mid September depending on unexpected localised demand. A schedule for the delivery of the School Stationery Kits and the specific contents for each of the packs will be finalised and agreed between the Department and the successful Tenderer. The composition of the kits must be similar to the school stationery products available nationwide, which must be of a high standard and quality, and must not identify the children as being ESF+ Food and Basic materials recipients.
Internal identifier : SSB050C

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64121200 Parcel delivery services
Additional classification ( cpv ): 30192700 Stationery
Additional classification ( cpv ): 30199700 Printed stationery except forms
Additional classification ( cpv ): 30199000 Paper stationery and other items
Additional classification ( cpv ): 22800000 Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
Additional classification ( cpv ): 30199600 Dividers for stationery
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 64121100 Mail delivery services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 12 Month

5.1.5 Value

Estimated value excluding VAT : 3 500 000 Euro

5.1.6 General information

Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Recycled materials
Approach to reducing environmental impacts : Pollution prevention and control
Green Procurement Criteria : National Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality @60%
Description : Quality @60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Cost
Name : Cost@40%
Description : Cost@40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.15 Techniques

Framework agreement :
No framework agreement
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
Organisation providing offline access to the procurement documents : The Office of Government Procurement
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 3 500 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Lyreco_4010
Tender :
Tender identifier : 000034796
Identifier of lot or group of lots : LOT-0001
Value of the tender : 3 500 000 Euro
The tender was ranked : yes
Subcontracting : No
Contract information :
Identifier of the contract : 409505
Date of the conclusion of the contract : 19/03/2024
Information about European Union funds
Name of EU-financed project or programme : European Social Fund (ESF) (2014/2020)
Identifier of EU funds : European Social Fund (ESF+) Food & Basic Materials

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : The Office of Government Procurement
Registration number : IE3229842HH
Postal address : 3A Mayor Street Upper, Dublin 1
Town : Dublin
Postcode : D01 PF72
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 17738000
Internet address : https://www.ogp.gov.ie
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Lyreco_4010
Registration number : Lyreco_4010
Town : Lyreco Ireland Unit 601 Jordanstown Road Greenogue Business Park, Rathcoole, Co. Dublin, D24 FC6K
Postcode : D24 FC6K
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 353 1800 882276
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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
Organisation providing more information on the review procedures

8.1 ORG-0004

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

8.1 ORG-0005

Official name : Department of Social Protection
Registration number : 4000094U
Postal address : Social Welfare Services, College Road, Sligo, Áras Mhic Dhiarmada, Store Street
Town : Dublin
Postcode : D01 WY03
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 017043000
Roles of this organisation :
Buyer

11. Notice information

11.1 Notice information

Notice identifier/version : 4dff5015-dba5-44da-b099-1f20d9180cba - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/07/2025 10:32 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00471220-2025
OJ S issue number : 136/2025
Publication date : 18/07/2025