Establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems in the following four lots:
โข Lot 1: Dublin
โข Lot 2: Midlands
โข Lot 3: South
โข Lot 4: West.
Deadline
The time limit for receipt of tenders was 2020-06-29.
The procurement was published on 2020-05-26.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โTender for the Preventive and Corrective Maintenance of CCTV Systems in Irish Prisons
IPS/20/02/1โ
Products/services: Repair and maintenance services of security equipment๐ฆ
Short description:
โEstablishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems in the following four lots:
โข Lot 1: Dublin
โข...โ
Short description
Establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems in the following four lots:
โข Lot 1: Dublin
โข Lot 2: Midlands
โข Lot 3: South
โข Lot 4: West.
Show more
Estimated value excluding VAT: EUR 2 400 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
1๏ธโฃ Scope of the procurement
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 1 โ Dublin
Title
Lot Identification Number: 1
Description
Additional products/services: Closed-circuit television cameras๐ฆ
Additional products/services: Closed-circuit surveillance system๐ฆ
Additional products/services: Surveillance and security systems and devices๐ฆ
Additional products/services: Security equipment๐ฆ
Additional products/services: Surveillance system๐ฆ
Additional products/services: Security cameras๐ฆ
Additional products/services: Repair and maintenance services of security and defence materials๐ฆ
Additional products/services: Closed circuit television services๐ฆ
Place of performance: Dublin๐๏ธ
Main site or place of performance: Dublin.
Description of the procurement:
โIrish Prison Services intends to establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems.โ 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 2 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 170209.
2๏ธโฃ Scope of the procurement
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 2 โ Midlands
Title
Lot Identification Number: 2
Description
Place of performance: Midland๐๏ธ
Main site or place of performance: IRELAND โ Midlands.
Scope of the procurement
Estimated total value excluding VAT: GIP 800 000 ๐ฐ
3๏ธโฃ Scope of the procurement
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 3 โ South
Title
Lot Identification Number: 3
Description
Place of performance: South-West ๐๏ธ
Place of performance: South-East ๐๏ธ
Main site or place of performance: IRELAND โ South.
Scope of the procurement
Estimated total value excluding VAT: EUR 600 000 ๐ฐ
4๏ธโฃ Scope of the procurement
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 4 โ West
Title
Lot Identification Number: 4
Description
Place of performance: West๐๏ธ
Main site or place of performance: IRELAND โ West.
Scope of the procurement
Estimated total value excluding VAT: EUR 600 000 ๐ฐ
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 170209.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 related to the contract
Contract performance conditions: To be agreed with the successful tenderers.
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Open procedure
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: 2020-06-29
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
Conditions for opening of tenders: 2020-06-29
14:00 ๐
Conditions for opening of tenders (place): Virtually on the eTenders platform as a result of Covid-19 restrictions.
Conditions for opening of tenders (Information about authorised persons and opening procedure): Tender box to be opened by staff member from procurement and from estates.
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) Suppliers must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2 GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) 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 a.m.-17.30 p.m. GMT).
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:145645) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response.
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
Show more Review body
Name: The High Court
Postal address: Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 1886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
Fax: +353 1886000 ๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe contract/framework is covered by the application of the remedies directive and the relevant standstill period applied at time of notification.โ
Source: OJS 2020/S 103-248523 (2020-05-26)
Contract award notice (2020-09-10) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 2 400 000 ๐ฐ
Information about lots
This contract is divided into lots โ Award criteria
Quality criterion (name): Account/contract management
Quality criterion (weighting): 10
Quality criterion (name): Methodology to fulfill requirements
Quality criterion (weighting): 20
Quality criterion (name): Expertise of the team and resources allocated
Quality criterion (weighting): 25
Price (weighting): 45
Description
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 170209
Show more
Main site or place of performance: Ireland โ Midlands.
Award criteria
Quality criterion (name): Expertise of the team and resource allocation
Description
Main site or place of performance: Ireland โ South.
Award criteria
Quality criterion (name): Expertise of team and resource allocation
Description
Main site or place of performance: Ireland West.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 103-248523
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 1 โ Dublin
Date of conclusion of the contract: 2020-09-10 ๐
Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7
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: G4S Secure Solutions Ltd
Postal address: Business Development Manager Unit G5 Calmount Business Park, Ballymount
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Region: รire/Ireland๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 30 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 2 โ Midlands
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 120 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 3 โ South
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 90 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Title: Preventive and Corrective Maintenance of CCTV Systems Lot 4 โ West
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 90 000 ๐ฐ
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) 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 and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on eTenders. Documents larger than this should be divided into smaller files prior to upload or zipped;
3) 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 a.m. โ 17.30 p.m. GMT);
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:145645) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response;
5) This is the sole call for competition for this contract/framework;
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
7) Contract award will be subject to the approval of the competent authorities;
8) It will be a condition of award that the successful tenderer is and remains tax compliant;
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time;
10) 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;
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
Show more Review procedure
Precise information on deadline(s) for review procedures:
โThe contract/framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.โ
Source: OJS 2020/S 179-432629 (2020-09-10)