The purpose of the pre-qualification questionnaire (PQQ) is to invite qualification applications from interested parties for the provision of workplace and facilities management services. EirGrid intends to transition the workplace and facilities management function so that it aligns with the institute of workplace and facilities professional standards and competencies. EirGrid envisages qualifying up to 5 candidates from this pre-qualification process, subject to the quality of responses received. The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
Deadline
The time limit for receipt of tenders was 2020-03-19.
The procurement was published on 2020-02-13.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Workplace and Facilities Management (FM) Services
ENQEIR704
Products/services: Facilities management services๐ฆ
Short description:
โThe purpose of the pre-qualification questionnaire (PQQ) is to invite qualification applications from interested parties for the provision of workplace and...โ
Short description
The purpose of the pre-qualification questionnaire (PQQ) is to invite qualification applications from interested parties for the provision of workplace and facilities management services. EirGrid intends to transition the workplace and facilities management function so that it aligns with the institute of workplace and facilities professional standards and competencies. EirGrid envisages qualifying up to 5 candidates from this pre-qualification process, subject to the quality of responses received. The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
Show more
Estimated value excluding VAT: EUR 32 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Facilities management services involving computer operation๐ฆ
Additional products/services: Building and facilities management services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Main site or place of performance: Dublin.
Description of the procurement:
โEirGrid intends to transition the workplace and facilities management function so that it aligns with the institute of workplace and facilities professional...โ
Description of the procurement
EirGrid intends to transition the workplace and facilities management function so that it aligns with the institute of workplace and facilities professional standards and competencies. The high level structure of this approach to W&FM is summarised as follows:
1) Developing the role of workplace;
2) FM strategy and policy development;
3) Leadership and management;
4) Business continuity and compliance;
5) Business support services management;
6) Property portfolio management;
7) Quality management and customer service;
8) Finance and technology;
9) Contract management and procurement;
10) Energy and environmental management. The successful supplier will be required to deliver services aligned with this approach. The more specific scope of Requirement is expected to include, but is not limited to: workplace and facilities management (W&FM), performance management, building and plant asset management, maintenance and repair, cleaning and housekeeping, help desk, mail room, copy and stationery, security and reception, waste, catering, safety and environment, business continuity and compliance, projects, landlord services, external area management and landscaping, archiving and business services. EirGrid envisages qualifying up to 5 candidates from this pre-qualification process, subject to the quality of responses received. The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
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 32 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 36
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Information about options
Options โ
Description of options:
โThe initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier. Candidates are advised that TUPE (The European Communities (Protection of Employees on Transfer of Undertakings) for both jurisdictions will apply.
Show more Description
Additional information: The estimated total spend per annum is 4 000 000 EUR.
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
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-03-19
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 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 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 034-081388 (2020-02-13)
Contract award notice (2020-10-22) Object Scope of the procurement
Short description:
โThis tender process is now complete. EirGrid intends to transition the workplace and facilities management function so that it aligns with the Institute of...โ
Short description
This tender process is now complete. EirGrid intends to transition the workplace and facilities management function so that it aligns with the Institute of Workplace and Facilities professional standards and competencies. The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
Show more
Total value of the procurement (excluding VAT): EUR 35 200 000 ๐ฐ
Description
Description of the procurement:
โThis tender process is now complete. EirGrid intends to transition the workplace and facilities management function so that it aligns with the Institute of...โ
Description of the procurement
This tender process is now complete. EirGrid intends to transition the workplace and facilities management function so that it aligns with the Institute of Workplace and Facilities professional standards and competencies. The high level structure of this approach to W&FM is summarised as follows:
1) Developing the role of workplace;
2) FM strategy and policy development;
3) Leadership and management;
4) Business continuity and compliance;
5) Business support services management;
6) Property portfolio management
7) Quality management and customer service;
8) Finance and technology;
9) Contract management and procurement
10) Energy and environmental management.
The successful supplier will be required to deliver services aligned with this approach. The more specific scope of Requirement is expected to include, but is not limited to: Workplace and Facilities Management (W&FM), performance management, building and plant asset management, maintenance and repair, cleaning and housekeeping, help desk, mail room, copy and stationery, security and reception, waste, catering, safety and environment, business continuity and compliance, projects, landlord services, external area management and landscaping, archiving and business services. The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
Show more Award criteria
Quality criterion (name): Resources
Quality criterion (weighting): 10 %
Quality criterion (name): Approach and methodology โ approach to service
Quality criterion (weighting): 20 %
Quality criterion (name): Approach and methodology โ mobilisation and exit planning
Quality criterion (weighting): 5 %
Quality criterion (name): Approach and methodology โ helpdesk system
Quality criterion (name): Approach and methodology โ health, safety, environment and quality
Quality criterion (weighting): 2.5 %
Quality criterion (name): Approach and methodology โ business continuity
Quality criterion (name): Approach and methodology โ sustainability
Quality criterion (name): Performance management
Cost criterion (name): Ultimate cost
Cost criterion (weighting): 40 %
Information about options
Description of options:
โThe initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
Show more Description
Additional information:
โThe total value of the procurement of EUR 35 200 000 is the total estimated spend for the fixed term and the possible extensions.โ
Procedure Administrative information
Previous publication concerning this procedure: 2020/S 034-081388
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Workplace and Facilities Management (FM) Services
Date of conclusion of the contract: 2020-10-21 ๐
Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
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: 3
Name and address of the contractor
Name: CBRE GWS (Ireland) Ltd
National registration number: IE9685275S
Postal address: Level 3, Connaught House, One Burlington Road
Postal town: Dublin 4
Country: Ireland ๐ฎ๐ช
Phone: +353 18293987๐
E-mail: michael.baumgart@cbre.com๐ง
Region: Ireland๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 35 200 000 ๐ฐ
Information about subcontracting
The contract is likely to be subcontracted
Source: OJS 2020/S 209-511634 (2020-10-22)