'Dublin City Council proposes to establish a multi-party Framework Agreement, in 3 lots, for the provision of security services in respect of traveller accommodation units, on behalf of itself, South Dublin County Council, Fingal County Council, and Dรบn Laoghaire-Rathdown County Council who will be parties to the Framework Agreement. The term of the Framework Agreement will be for 3 years with the option, at the sole discretion of Dublin City Council to extend the term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions.
Deadline
The time limit for receipt of tenders was 2019-07-31.
The procurement was published on 2019-06-25.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contracting authority (additional)
Name: Dun Laoghaire-Rathdown County Council
Postal address: County Hall, Marine Road, Dun Laoghaire, County Dublin
Postal town: Dun Laoghaire
Object Scope of the procurement
Title:
โMulti-Operator Framework Agreement for Security Services for Traveller Accommodation Units
152467โ
Products/services: Guard services๐ฆ
Short description:
โ'Dublin City Council proposes to establish a multi-party Framework Agreement, in 3 lots, for the provision of security services in respect of traveller...โ
Short description
'Dublin City Council proposes to establish a multi-party Framework Agreement, in 3 lots, for the provision of security services in respect of traveller accommodation units, on behalf of itself, South Dublin County Council, Fingal County Council, and Dรบn Laoghaire-Rathdown County Council who will be parties to the Framework Agreement. The term of the Framework Agreement will be for 3 years with the option, at the sole discretion of Dublin City Council to extend the term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions.
Show more
Estimated value excluding VAT: EUR 750 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
1๏ธโฃ Scope of the procurement
Title: Provision of Security Personnel (Specific Tasks)
Title
Lot Identification Number: 1
Description
Additional products/services: Security services๐ฆ
Place of performance: Dublin๐๏ธ
Description of the procurement:
โThere may be requirements for the provision of security personnel 7 days per week including seasonal/public and bank holidays in respect of the following...โ
Description of the procurement
There may be requirements for the provision of security personnel 7 days per week including seasonal/public and bank holidays in respect of the following tasks:
โ serving notices and other correspondence,
โ evictions from houses/sites to include illegally occupied lands or sites,
โ removal of caravans and mobile homes and other general requirements.
Please refer to tender documents for further details.
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 300 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
2๏ธโฃ Scope of the procurement
Title: The Seizure of Horses in respect of Traveller Specific Accommodation
Title
Lot Identification Number: 2
Description
Additional products/services: Animal husbandry services๐ฆ
Additional products/services: Veterinary services๐ฆ
Description of the procurement:
โFrom time to time there may be a requirement, under the Control of Horses Act 1996 and the Control of Horses Bye laws 2014, for security assistance 7 days...โ
Description of the procurement
From time to time there may be a requirement, under the Control of Horses Act 1996 and the Control of Horses Bye laws 2014, for security assistance 7 days per week including seasonal/public and bank holidays in respect of the following:
โ seizing horses,
โ stabling horses,
โ veterinary care,
โ marking sheet,
โ microchipping,
โ put-down/knackery/disposal,
โ re-homing of horses,
โ accompany animal welfare operatives in the process of seizing,
โ controlling of animals.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 150 000 ๐ฐ
3๏ธโฃ Scope of the procurement
Title: Provision of Security Personnel (Ad Hoc Requirements)
Title
Lot Identification Number: 3
Description
Description of the procurement:
โThere may be requirements for the provision of security personnel to provide security services other than those outlined in Lots 1 and 2, in connection with...โ
Description of the procurement
There may be requirements for the provision of security personnel to provide security services other than those outlined in Lots 1 and 2, in connection with traveller accommodation, in respect of but not exclusively the following:
โ providing security for contractors on offsite locations,
โ providing security for onsite building contractors, night protection of property,
โ secure lands/properties,
โ provide personal security, and/or
โ security personnel or other measures as necessary.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 300 000 ๐ฐ
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance conditions: Please refer to tender document for details.
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 3
In the case of framework agreements, provide justification for any duration exceeding 8 years:
โThe purpose of the term of this Framework Agreement is to align with the overall strategic Traveller Accommodation Programme 1st July 2019 to 30th June 2024.โ Administrative information
Time limit for receipt of tenders or requests to participate: 2019-07-31
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Languages in which tenders or requests to participate may be submitted: Irish ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2019-07-31
12:00 ๐
Conditions for opening of tenders (Information about authorised persons and opening procedure):
โThe date and time set out above is subject to change at the discretion of Dublin City Council.โ
Complementary information Information about electronic workflows
Electronic invoicing will be accepted
Additional information
โAdditional information:
Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the...โ
Additional information:
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.
It will be a condition for the award of any contract by Dublin City Council that the successful tenderer and all subcontractors (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. Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. 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. The contract is primarily for use by the traveller accommodation unit, but may also be extended for use by other divisions of Dublin City Council as requirements arise. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging. Suppliers should note the following when making their submission: to enable submission of multiple documents concurrently, download and install the โUpload Manager ActiveXโ facility to your eTenders user profile.
When using the โUpload Managerโ facility do not use the โScheduleโ option. Instead, use only the โUploadโ option, which will enable monitoring of the upload. Suppliers who do not use the upload manager can upload individual files, however please ensure to allow sufficient time for upload. There is a maximum upload limit of 2 GB per document. Documents larger than this should be divided into smaller files prior to upload. Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353(0)212439277 (9:00 a.m. โ 17:30 p.m. GMT). Tenders may be submitted in English or in the Irish language. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
Appeals procedure: the body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7. All queries regarding this tender must be emailed to ww.etenders.gov.ie
Queries must be in question format and must be submitted by email. Responses will be circulated to those 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 17.7.2019 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: The High Court
Postal address: Chief Registrar, High Court, Inns Quay
Postal town: Dublin
Postal code: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Source: OJS 2019/S 123-300652 (2019-06-25)
Contract award notice (2019-09-24) Contracting authority Name and addresses
Postal town: Dublin
Postal code: Dublin 8
Object Scope of the procurement
Title:
โMulti-operator Framework Agreement for Security Services for Traveller Accommodation Units
152467โ
Short description:
โ'Dublin City Council proposes to establish a multi-party framework agreement, in 3 lots, for the provision of security services in respect of Traveller...โ
Short description
'Dublin City Council proposes to establish a multi-party framework agreement, in 3 lots, for the provision of security services in respect of Traveller Accommodation Units, on behalf of itself, South Dublin County Council, Fingal County Council, and Dรบn Laoghaire-Rathdown County Council who will be parties to the framework agreement. The term of the framework agreement will be for 3 years with the option, at the sole discretion of Dublin City Council to extend the term for a period or periods of up to 12 months with a maximum of 2 such extensions on the same terms and conditions.
Show more
Total value of the procurement (excluding VAT): EUR 750 000 ๐ฐ
Information about lots
This contract is divided into lots โ Award criteria
Quality criterion (name): Quality and balance of resources offered
Quality criterion (weighting): 2000
Quality criterion (name): Proposed methodology for providing the services
Quality criterion (weighting): 3000
Quality criterion (name): Contract management proposal
Quality criterion (weighting): 1000
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 4000
Information about options
Options โ
Description of options: 3 year with the right to extend for a 1 year extension x2.
Description
Description of the procurement:
โFrom time to time there may be a requirement, under the Control of Horses Act 1996 and the Control of Horses Bye laws 2014, for security assistance 7 days...โ
Description of the procurement
From time to time there may be a requirement, under the Control of Horses Act 1996 and the Control of Horses Bye laws 2014, for security assistance 7 days per week including seasonal/public and bank holidays in respect of the following:
โ seizing horses stabling horses,
โ veterinary care,
โ marking sheet,
โ microchipping,
โ put-down/Knackery/Disposal,
โ re-homing of horses,
โ accompany animal welfare operatives in the process of seizing,
โ controlling of animals.
Show more Scope of the procurement
Title: Provision of Security Personnel (Ad-hoc Requirements)
Description
Description of the procurement:
โThere may be requirements for the provision of security personnel to provide security services other than those outlined in Lots 1 and 2, in connection with...โ
Description of the procurement
There may be requirements for the provision of security personnel to provide security services other than those outlined in Lots 1 and 2, in connection with Traveller Accommodation, in respect of but not exclusively the following:
โ providing security for contractors on offsite locations,
โ providing security for onsite building contractors,
โ night protection of property,
โ secure lands/properties,
โ provide personal security and/or
โ security personnel or other measures as necessary.
Show more Information about options
Description of options: 3 year with the right to extend for a 1 year extension x2
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 123-300652
Award of contract
1๏ธโฃ
Contract Number: RANK 3
Lot Identification Number: 1
Title: Provision of Security Personnel (Specific Tasks)
Date of conclusion of the contract: 2019-09-16 ๐
Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: Bailiff Service of Ireland and Blackwater Asset Management
National registration number: 11331852
Postal address: 77 Sir John Rogersonโs Quay, Block C, Grand Canal Docklands
Postal town: Dublin
Postal code: D02 NP08
Country: Ireland ๐ฎ๐ช
Phone: +353 766205001๐
E-mail: sean.cahill@blackwateram.ie๐ง
Region: Dublin๐๏ธ
URL: http://www.blackwateram.ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 ๐ฐ
2๏ธโฃ
Contract Number: RANK 2
Name and address of the contractor
Name: Henry Management and Maintenance Services
National registration number: 480524
Postal address: Dunboyne Industrial Estate
Postal town: Co. Meath
Postal code: Dunboyne
Phone: +353 18252543๐
E-mail: joe@hmms.ie๐ง
URL: http://www.hmms.ie๐ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 ๐ฐ
3๏ธโฃ
Contract Number: RANK 1
Name and address of the contractor
Name: Rubicon Securities
National registration number: 9729963H
Postal address: Unit 4 Beamore Business Centre Beamore Road
Postal town: Drogheda
Postal code: A92 WY26
E-mail: kelly_229@msn.com๐ง Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 ๐ฐ
4๏ธโฃ
Lot Identification Number: 2
Title: The Seizure of Horses in respect of Traveller Specific Accommodation
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
5๏ธโฃ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
6๏ธโฃ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 150 000 ๐ฐ
7๏ธโฃ
Lot Identification Number: 3
Title: Provision of Security Personnel (Ad-hoc Requirements)
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 ๐ฐ
8๏ธโฃ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 ๐ฐ
9๏ธโฃ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 300 000 ๐ฐ
Complementary information Additional information
โDublin 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...โ
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.
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. 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. 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. 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. The contract is primarily for use by the Traveller Accommodation Unit, but may also be extended for use by other divisions of Dublin City Council as requirements arise. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging. Suppliers should note the following when making their submission: to enable submission of multiple documents concurrently, download and install the โUpload Manager ActiveXโ facility to your eTenders user profile.
When using the โUpload Managerโ facility do not use the โScheduleโ option. Instead, use only the โUploadโ option, which will enable monitoring of the upload. Suppliers who do not use the upload manager can upload individual files, however please ensure to allow sufficient time for upload. There is a maximum upload limit of 2GB per document. Documents larger than this should be divided into smaller files prior to upload. Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (9.00 a.m. โ 17.30 p.m. GMT). Tenders may be submitted in English or in the Irish language. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
Appeals procedure: the body to whom appeals should be addressed is โ The High Court, Four Courts, Inns Quay, Dublin 7. All queries regarding this tender must be emailed to www.etenders.gov.ie
Queries must be in question format and must be submitted by email. Responses will be circulated to those 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 17.7.2019 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 procedure
Precise information on deadline(s) for review procedures: Please consult your solicitor.
Source: OJS 2019/S 187-455347 (2019-09-24)