Provision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage of incidents of illegal dumping on a weekly basis on a cloud based solution. Provide reports and a dedicated staff member with good technical knowledge to give evidence in a court of law on behalf of Dublin City Council.
Deadline
The time limit for receipt of tenders was 2018-01-31.
The procurement was published on 2017-12-12.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract award notice (2020-01-29) Contracting authority Name and addresses
Name: Dublin City Council, Environment and Transportation Department
National registration number: N/a
Postal address: Block 2, Floor 5, Civic Offices, Wood Quay
Postal town: Dublin
Postal code: Dublin 8
Country: Ireland ๐ฎ๐ช
E-mail: bernie.lillis@dublincity.ie๐ง
Region: Dublin๐๏ธ
URL: http://www.dublincity.ie/๐
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267๐
Object Scope of the procurement
Title:
โSingle-party Framework Agreement for the Provision of Specific CCTV Services for the Purposes of Enforcement
etenders ref 127414โ
Products/services: Investigation and security services๐ฆ
Short description:
โProvision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage...โ
Short description
Provision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage of incidents of illegal dumping on a weekly basis on a cloud based solution. Provide reports and a dedicated staff member with good technical knowledge to give evidence in a court of law on behalf of Dublin City Council
Show more
Total value of the procurement (excluding VAT): EUR 600 000 ๐ฐ
Provision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage of incidents of illegal dumping on a weekly basis on a cloud based solution. Provide reports of each incident and a dedicated staff member with good technical knowledge to give evidence in a court of law on behalf of Dublin City Council
Show more Award criteria
Quality criterion (name): Methodology for delivery of the service requirements
Quality criterion (weighting): 2500
Quality criterion (name): Overall contract/account management
Quality criterion (weighting): 1500
Quality criterion (name): Suitability of equipment
Quality criterion (weighting): 2000
Quality criterion (name): Sample reports
Quality criterion (weighting): 500
Cost criterion (name): Ultimate cost for evaluation
Cost criterion (weighting): 3500
Information about options
Options โ
Description of options: 2 years with option to extend for 1 further year.
Procedure Type of procedure
Restricted procedure
Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2017/S 241-500487
Award of contract
1๏ธโฃ
Date of conclusion of the contract: 2019-08-02 ๐
Information about tenders
Number of tenders received: 4
Name and address of the contractor
Name: Stephen Tyrrell t/a TEC Security
Postal address: 1st Floor, The Mill
Postal town: Johnstown, Naas, Co. Kildare
Country: Ireland ๐ฎ๐ช
Region: Dublin๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 600 000 ๐ฐ
Complementary information Additional information
โ1) Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by...โ
1) Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act;
2) It will be a condition for the award of any contract by Dublin City Council that the successful tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident tenderer, a statement of suitability from the Revenue Commissioners will be required;
3) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications;
4) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words โor equivalentโ will always be appended;
5) Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties;
6) The framework agreement is primarily for use by the Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise;
7) Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging;
8) Tenders may be submitted in English or in the Irish language;
9) Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA);
10) Appeals procedure: The body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7;
11) All queries regarding this tender must be emailed to bernie.lillis@dublincity.ie for the attention of Bernie Lillis. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12.00 noon on 24.1.2018 to enable issue of responses to all interested parties.
Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
Show more Review body
Name: High Court, Chief Registrar
Postal address: The Four Courts
Postal town: Inns Quay
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +441 8886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Source: OJS 2020/S 023-051456 (2020-01-29)