We have a requirement for a 24 hour manned guarding service at the National Blood Centre Jamesโs St, Dublin 8. This is the main blood processing and testing centre in Ireland.
The objective is to provide a secure environment for staff, donors, visitors, premises and for the blood supply itself.
Deadline
The time limit for receipt of tenders was 2018-11-09.
The procurement was published on 2018-10-05.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Security Services
IBTS/021/2018
Products/services: Security services๐ฆ
Short description:
โWe have a requirement for a 24 hour manned guarding service at the National Blood Centre Jamesโs St, Dublin 8. This is the main blood processing and testing...โ
Short description
We have a requirement for a 24 hour manned guarding service at the National Blood Centre Jamesโs St, Dublin 8. This is the main blood processing and testing centre in Ireland.
The objective is to provide a secure environment for staff, donors, visitors, premises and for the blood supply itself.
Show more
Estimated value excluding VAT: EUR 1 165 000 ๐ฐ
1๏ธโฃ
Additional products/services: Public security services๐ฆ
Additional products/services: Security services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Main site or place of performance: Dublin.
Description of the procurement:
โWe have a requirement for a 24 hour manned guarding service at the National Blood Centre Jamesโs St, Dublin 8. This is the main blood processing and testing...โ
Description of the procurement
We have a requirement for a 24 hour manned guarding service at the National Blood Centre Jamesโs St, Dublin 8. This is the main blood processing and testing centre in Ireland.
The objective is to provide a secure environment for staff, donors, visitors, premises and for the blood supply itself.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 1 165 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 24
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals: 12 months, maximum 2 extensions.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: As per RFT.
Economic and financial standing
List and brief description of selection criteria: As per RFT.
Technical and professional ability
List and brief description of selection criteria: As per RFT.
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2018-11-09
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2019-02-08 ๐
Conditions for opening of tenders: 2018-11-09
12:00 ๐
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 4 years.
Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Review body
Name: Remedies Directive Applies
Postal town: Dublin
Country: Ireland ๐ฎ๐ช Body responsible for mediation procedures
Name: Remedies Directive Applies
Postal town: Dublin
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Remedies Directive Applies
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2018/S 195-441495 (2018-10-05)
Contract award notice (2019-04-15) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 650 000 ๐ฐ
Award criteria
Quality criterion (name): Compliance with user requirement specification
Quality criterion (weighting): 12
Cost criterion (name): Cost
Cost criterion (weighting): 6
Information about options
Options โ
Description of options: Two owner extensions at the discretion of the IBTS.
Procedure Administrative information
Previous publication concerning this procedure: 2018/S 195-441495
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Security Services
Date of conclusion of the contract: 2019-04-15 ๐
Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
Name and address of the contractor
Name: Synergy Security Solutions
National registration number: N/a
Postal address: Unit 5E Calmount Park, Calmount Road, Ballymount
Postal town: Dublin
Postal code: Dublin 12
Country: Ireland ๐ฎ๐ช
Phone: +353 214550200๐
E-mail: ken@synergysecurity.ie๐ง
Fax: +353 214550222 ๐
Region: รire/Ireland๐๏ธ
URL: http://WWW.SYNERGYSECURITY.IE๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 650 000 ๐ฐ
Complementary information Review body
Name: Remedies Directive applies
Body responsible for mediation procedures
Name: Remedies Directive applies
Service from which information about the review procedure may be obtained
Name: Remedies Directive applies
Source: OJS 2019/S 076-181429 (2019-04-15)