EirGrid require the services of a private security authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate within the Republic of Ireland and Northern Ireland and possess previous experience of installations at National Critical Infrastructure sites, with the technical competence and the appropriate resources to deliver highly complex physical security projects as turnkey solutions on behalf of the EirGrid Group. EirGrid envisages qualifying up to six candidates from this pre-qualification process, to tender for a place on the single supplier framework. The framework agreement period will be for an initial duration of 4 years with the option to extend annually for up to an additional 2 years. The candidate who successfully qualifies for the framework will be invited to submit a tender proposal for each project.
Deadline
The time limit for receipt of tenders was 2020-05-27.
The procurement was published on 2020-04-17.
Object Scope of the procurement
Title: Integrated Physical Security Projects Framework
ENQEIR707
Products/services: Repair and maintenance services of security equipment๐ฆ
Short description:
โEirGrid require the services of a private security authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate...โ
Short description
EirGrid require the services of a private security authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate within the Republic of Ireland and Northern Ireland and possess previous experience of installations at National Critical Infrastructure sites, with the technical competence and the appropriate resources to deliver highly complex physical security projects as turnkey solutions on behalf of the EirGrid Group. EirGrid envisages qualifying up to six candidates from this pre-qualification process, to tender for a place on the single supplier framework. The framework agreement period will be for an initial duration of 4 years with the option to extend annually for up to an additional 2 years. The candidate who successfully qualifies for the framework will be invited to submit a tender proposal for each project.
Show more
Estimated value excluding VAT: EUR 3 648 000 ๐ฐ
1๏ธโฃ
Additional products/services: Surveillance and security systems and devices๐ฆ
Additional products/services: Electronic security lock๐ฆ
Additional products/services: Engineering work for security installations๐ฆ
Place of performance: United Kingdom ๐๏ธ
Place of performance: รire/Ireland๐๏ธ
Main site or place of performance: Ireland, northern ireland.
Description of the procurement:
โEirGrid require the services of a private security authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate...โ
Description of the procurement
EirGrid require the services of a private security authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate within the Republic of Ireland and Northern Ireland and possess previous experience of installations at National Critical Infrastructure sites, with the technical competence and the appropriate resources to deliver highly complex physical security projects as turnkey solutions on behalf of the EirGrid Group. Product requirements will include high-security single gate and double gate interlock systems, fencing systems, door systems, Wall and glass panels. EirGrid envisages qualifying up to six candidates from this pre-qualification process, to tender for a place on the single supplier framework. The framework agreement period will be for an initial duration of 4 years with the option to extend annually for up to an additional 4 years. The candidate who successfully qualifies for the framework will be invited to submit a tender proposal for each project.
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 3 648 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ Information about options
Options โ
Description of options:
โThe initial contract period envisaged is 4 years with the possibility to extend annually up to a further 2 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 4 years with the possibility to extend annually up to a further 2 years, subject always to the satisfactory performance of the supplier.
The estimated spend of EUR 3 648 000 is taking into account the full duration of the contract including the possible extensions.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.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:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Deposits and guarantees required:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ Conditions related to the contract
Contract performance conditions:
โPlease see information memorandum and pre-qualification questionnaire attached to this notice.โ
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-05-27
12:00 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: 12
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
8) 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.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
Show more Review body
Name: The High Court
Postal address: Four Courts
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after...โ
Precise information on deadline(s) for review procedures
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.
Show more Service from which information about the review procedure may be obtained
Name: Central office of the High Courts (Appeal Section)
Postal address: Ground Floor, East Wing, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐
Source: OJS 2020/S 078-185278 (2020-04-17)
Contract award notice (2020-12-23) Object Scope of the procurement
Short description:
โEirGrid require the services of a Private Security Authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate...โ
Short description
EirGrid require the services of a Private Security Authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate within the Republic of Ireland and Northern Ireland, and possess previous experience of installations at National Critical Infrastructure sites, with the technical competence and the appropriate resources to deliver highly complex physical security projects as turnkey solutions on behalf of the EirGrid Group. EirGrid envisages qualifying up to 6 candidates from this pre-qualification process, to tender for a place on the single supplier framework. The framework agreement period will be for an initial duration of 4 years with the option to extend annually for up to an additional 2 years. The candidate who successfully qualifies for the framework will be invited to submit a tender proposal for each project.
Show more Description
Main site or place of performance: Ireland, Northern Ireland.
Description of the procurement:
โEirGrid require the services of a Private Security Authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate...โ
Description of the procurement
EirGrid require the services of a Private Security Authority (PSA) licensed specialist Physical Security Integration Company. They will need to operate within the Republic of Ireland and Northern Ireland, and possess previous experience of installations at National Critical Infrastructure sites, with the technical competence and the appropriate resources to deliver highly complex physical security projects as turnkey solutions on behalf of the EirGrid Group. Product requirements will include high-security single gate and double gate interlock systems, fencing systems, door systems, wall and glass panels. EirGrid envisages qualifying up to 6 candidates from this pre-qualification process, to tender for a place on the single supplier framework. The framework agreement period will be for an initial duration of 4 years with the option to extend annually for up to an additional 2 years. The candidate who successfully qualifies for the framework will be invited to submit a tender proposal for each project.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 078-185278
Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Integrated Physical Security Projects Framework
Information on non-award
Other reasons (discontinuation of procedure)
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
8) 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.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
Show more Review procedure
Precise information on deadline(s) for review procedures:
โThe contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after...โ
Precise information on deadline(s) for review procedures
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The statutory instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.
Show more
Source: OJS 2020/S 252-637898 (2020-12-23)