Iarnrรณd รireann has a requirement for the provision of security and related services.
Our requirements can be summarised as follows:
โ frontline and on-board security services,
โ static and mobile patrol,
โ open-up and lock-up including station lifts,
โ key holding security services,
โ text monitoring and response services,
โ Rosslare port security services,
โ ad-hoc security services and any additional related security services not specifically mentioned above.
The attached PQQ document provides additional information with respect to our requirements. Please read the PQQ for a more detailed description of our requirements.
Deadline
The time limit for receipt of tenders was 2020-01-06.
The procurement was published on 2019-11-29.
Object Scope of the procurement
Title:
โProvision on Security and Related Services to Irish Rail and the CIE Holding Company
7381โ
Products/services: Security services๐ฆ
Short description:
โIarnrรณd รireann has a requirement for the provision of security and related services.
Our requirements can be summarised as follows:
โ frontline and...โ
Short description
Iarnrรณd รireann has a requirement for the provision of security and related services.
Our requirements can be summarised as follows:
โ frontline and on-board security services,
โ static and mobile patrol,
โ open-up and lock-up including station lifts,
โ key holding security services,
โ text monitoring and response services,
โ Rosslare port security services,
โ ad-hoc security services and any additional related security services not specifically mentioned above.
The attached PQQ document provides additional information with respect to our requirements. Please read the PQQ for a more detailed description of our requirements.
1๏ธโฃ
Additional products/services: Public security services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Description of the procurement:
โIarnrรณd รireann is a subsidiary company of Cรณras Iompair รireann which is the publicly owned transport company of Ireland.
Rail stations and services are...โ
Description of the procurement
Iarnrรณd รireann is a subsidiary company of Cรณras Iompair รireann which is the publicly owned transport company of Ireland.
Rail stations and services are intensively used by a large customer base that draws from all sections of society. These factors contribute to an environment where breaches of personal and commercial security can occur. Customers and staff need to know that their security is being taken care of when they are in the rail environment. This also applies to and fixed assets.
Customers expect that their security is being professionally managed when they use rail stations and services. Customers should know that when incidents arise they will be addressed immediately and authoritatively. Iร and Security staff also need to know that their working environment is safe and that they will be supported in taking on aspects of their job that may involve challenging interactions. The primary requirement of a security contractor is that they provide a professional service that is consistent to Iร in a manner that is visible and reassuring. It must be a deterrent to those who are intent on breach of law and an authoritative response to those that breach it.
The general scope of work includes station security, security of fixed and mobile assets, mobile patrols, incident response and the particular requirements for Rosslare Europort which must be provided to BS-7858: 2012. The service provider must be capable of providing adequate additional resources at short notice if required.
Our requirements can be summarised as follows:
โ frontline and on-board security services,
โ static and mobile patrol,
โ open-up and lock-up including station lifts,
โ key holding security services,
โ text monitoring and response services,
โ Rosslare port security services,
โ ad-hoc security services and any additional related security services not specifically mentioned above.
The attached PQQ document provides additional information on our requirements. Please review this doc.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โTo be renewed in August 2023 or August 2025 if the extension option is utilised.โ Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 8
Objective criteria for choosing the limited number of candidates: See PQQ attached.
Information about options
Options โ
Description of options: Option to extend this contract by 2 additional years.
Description
Additional information: See PQQ attached.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โFor full details, please download a copy of the attached pre-qualification questionnaire.โ 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 for participation
List and brief description of rules and criteria: See PQQ attached.
Deposits and guarantees required: Will be provided at ITT stage if required.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded: See PQQ attached.
Conditions related to the contract
Contract performance conditions: Will be provided at ITT stage.
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-01-06
16:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2020-02-14 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 7
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: November 2023.
Additional information
See PQQ attached.
Review body
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Postal code: D07 N972
Country: Ireland ๐ฎ๐ช
Phone: +353 18886511๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐ Body responsible for mediation procedures
Name: Central Office of the High Court
Postal town: Dublin
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Central Office of the High Court
Postal address: Four Courts
Postal town: Dublin 7
Postal code: D07 N972
Country: Ireland ๐ฎ๐ช
Phone: +353 18886511๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 18886125 ๐
URL: http://www.courts.ie๐
Source: OJS 2019/S 234-574607 (2019-11-29)