Dublin City Council proposes to establish a Single Party Framework Agreement for the Provision of Services for staffing, project management, and operational support for the Dublin Nights Help Zone.
Dublin City Council proposes to establish a Single Party Framework Agreement for the Provision of Services for staffing, project management, and operational support for the Dublin Nights โ Help Zone, a night-time welfare initiative operating in Dublin city centre. Operating during peak night-time hours. Its purpose is to assist vulnerable individuals, promote safer behaviour, reduce anti-social incidents, and ease pressure on emergency services and AandE departments. The initiative builds on the success of the 2025 pilot Dublin Nights โ Mobile Help Zone (โThe Nee-Nawโ) and supports the wider Night-Time Economy Strategy. Operating primarily around Camden Street, a high-footfall location with strong local business support, the Mobile Help Zone will engage proactively with residents and visitors, offering medical, welfare, and safety assistance on site. Staffing Requirements (per operational night) โข 2 Medics: PHECC Qualified medical professionals to provide on-site care, emergency response, minor medical interventions. โข 2 PSA Security Officers (male and female): Safety assurance, crowd assistance, and maintenance of order. โข 1 Welfare Officer: Support for vulnerable individuals, guidance, and information provision. โข 1 Site Operator/Driver: Vehicle operation, setup, maintenance, repositioning, and day-to-day management. All staff will receive advance training in safety protocols, welfare procedures, and data logging. Tender Deliverables The successful tenderer must provide: 1. Vehicle Procurement: Supply and deliver a Fiat Ducato (or equivalent vehicle), or suitable infrastructure that meets all necessary specifications and regulations for use in this project. Vehicle must hold an up-to-date Commercial Vehicle Road-Worthiness Test (CVRT) which ensures the vehicle meets basic road safety standards (breaks, lights, tires, steering, etc.) and up-to-date road tax, insurance and NCT. 2. Vehicle Branding or Infrastructure Setup: Complete branding and setup in line with Framework requirements, as per appendix 1 attached. The project equipment and minimum operational branding required to deliver a safe, compliant and publicly visible nighttime help zone service are listed as part of the project setup. The final specifications may vary. 3. Operational Support: Ongoing support for vehicle or infrastructure maintenance, operation, and on-site staffing for the full duration of the Framework. 4. Medical Equipment and Kit Out: Medical equipment, lighting, water, accessibility equipment and any other necessary accessories must be up to PHECC standards. 5. Risk Management and Compliance: The Supplier is required to have a documented Emergency Response Incident Management Plan in place for the operation of the Help Zone. This plan must cover procedures for medical emergencies, public safety incidents, staff welfare, escalation to emergency services and severe weather operational disruption. All staff must be trained in these procedures prior to deployment. Training is the responsibility of The Supplier. Reporting and Operational Statistics: The Supplier is required to maintain accurate records of all operational activity and public engagements. A weekly report must be submitted to Dublin City Council via email using the reporting template provided by Dublin City Council. The report will include any and all public engagements, medical/first aid incidents, referrals, escalations to emergency services, operational times, staffing numbers and any night time environment observations. If the project expands to additional locations, further vehicle or infrastructure requirements will be provided under the same contractual terms. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 7225427.
Deadline
The time limit for receipt of tenders was 2026-03-25.
The procurement was published on 2026-02-12.
Contract notice (2026-02-12) Object Scope of the procurement
Title: Dublin City Council proposes to establish a Single Party Framework Agreement for the Provision of Services for staffing, project management, and operational support for the Dublin Nights Help Zone.
Short description:
โDublin City Council proposes to establish a Single Party Framework Agreement for the Provision of Services for staffing, project management, and operational...โ
Short description
Dublin City Council proposes to establish a Single Party Framework Agreement for the Provision of Services for staffing, project management, and operational support for the Dublin Nights โ Help Zone, a night-time welfare initiative operating in Dublin city centre. Operating during peak night-time hours. Its purpose is to assist vulnerable individuals, promote safer behaviour, reduce anti-social incidents, and ease pressure on emergency services and AandE departments. The initiative builds on the success of the 2025 pilot Dublin Nights โ Mobile Help Zone (โThe Nee-Nawโ) and supports the wider Night-Time Economy Strategy. Operating primarily around Camden Street, a high-footfall location with strong local business support, the Mobile Help Zone will engage proactively with residents and visitors, offering medical, welfare, and safety assistance on site. Staffing Requirements (per operational night) โข 2 Medics: PHECC Qualified medical professionals to provide on-site care, emergency response, minor medical interventions. โข 2 PSA Security Officers (male and female): Safety assurance, crowd assistance, and maintenance of order. โข 1 Welfare Officer: Support for vulnerable individuals, guidance, and information provision. โข 1 Site Operator/Driver: Vehicle operation, setup, maintenance, repositioning, and day-to-day management. All staff will receive advance training in safety protocols, welfare procedures, and data logging. Tender Deliverables The successful tenderer must provide: 1. Vehicle Procurement: Supply and deliver a Fiat Ducato (or equivalent vehicle), or suitable infrastructure that meets all necessary specifications and regulations for use in this project. Vehicle must hold an up-to-date Commercial Vehicle Road-Worthiness Test (CVRT) which ensures the vehicle meets basic road safety standards (breaks, lights, tires, steering, etc.) and up-to-date road tax, insurance and NCT. 2. Vehicle Branding or Infrastructure Setup: Complete branding and setup in line with Framework requirements, as per appendix 1 attached. The project equipment and minimum operational branding required to deliver a safe, compliant and publicly visible nighttime help zone service are listed as part of the project setup. The final specifications may vary. 3. Operational Support: Ongoing support for vehicle or infrastructure maintenance, operation, and on-site staffing for the full duration of the Framework. 4. Medical Equipment and Kit Out: Medical equipment, lighting, water, accessibility equipment and any other necessary accessories must be up to PHECC standards. 5. Risk Management and Compliance: The Supplier is required to have a documented Emergency Response Incident Management Plan in place for the operation of the Help Zone. This plan must cover procedures for medical emergencies, public safety incidents, staff welfare, escalation to emergency services and severe weather operational disruption. All staff must be trained in these procedures prior to deployment. Training is the responsibility of The Supplier. Reporting and Operational Statistics: The Supplier is required to maintain accurate records of all operational activity and public engagements. A weekly report must be submitted to Dublin City Council via email using the reporting template provided by Dublin City Council. The report will include any and all public engagements, medical/first aid incidents, referrals, escalations to emergency services, operational times, staffing numbers and any night time environment observations. If the project expands to additional locations, further vehicle or infrastructure requirements will be provided under the same contractual terms. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 7225427.
Show more
Type of contract: Services
Products/services: Other community, social and personal services๐ฆ
Estimated value excluding VAT: 5 000 000 EUR ๐ฐ
Description
Description of the procurement:
โDublin City Council proposes to establish a Single Party Framework Agreement for the Provision of Services for staffing, project management, and operational...โ
Description of the procurement
Dublin City Council proposes to establish a Single Party Framework Agreement for the Provision of Services for staffing, project management, and operational support for the Dublin Nights โ Help Zone, a night-time welfare initiative operating in Dublin city centre. Operating during peak night-time hours. Its purpose is to assist vulnerable individuals, promote safer behaviour, reduce anti-social incidents, and ease pressure on emergency services and AandE departments. The initiative builds on the success of the 2025 pilot Dublin Nights โ Mobile Help Zone (โThe Nee-Nawโ) and supports the wider Night-Time Economy Strategy. Operating primarily around Camden Street, a high-footfall location with strong local business support, the Mobile Help Zone will engage proactively with residents and visitors, offering medical, welfare, and safety assistance on site. Staffing Requirements (per operational night) โข 2 Medics: PHECC Qualified medical professionals to provide on-site care, emergency response, minor medical interventions. โข 2 PSA Security Officers (male and female): Safety assurance, crowd assistance, and maintenance of order. โข 1 Welfare Officer: Support for vulnerable individuals, guidance, and information provision. โข 1 Site Operator/Driver: Vehicle operation, setup, maintenance, repositioning, and day-to-day management. All staff will receive advance training in safety protocols, welfare procedures, and data logging. Tender Deliverables The successful tenderer must provide: 1. Vehicle Procurement: Supply and deliver a Fiat Ducato (or equivalent vehicle), or suitable infrastructure that meets all necessary specifications and regulations for use in this project. Vehicle must hold an up-to-date Commercial Vehicle Road-Worthiness Test (CVRT) which ensures the vehicle meets basic road safety standards (breaks, lights, tires, steering, etc.) and up-to-date road tax, insurance and NCT. 2. Vehicle Branding or Infrastructure Setup: Complete branding and setup in line with Framework requirements, as per appendix 1 attached. The project equipment and minimum operational branding required to deliver a safe, compliant and publicly visible nighttime help zone service are listed as part of the project setup. The final specifications may vary. 3. Operational Support: Ongoing support for vehicle or infrastructure maintenance, operation, and on-site staffing for the full duration of the Framework. 4. Medical Equipment and Kit Out: Medical equipment, lighting, water, accessibility equipment and any other necessary accessories must be up to PHECC standards. 5. Risk Management and Compliance: The Supplier is required to have a documented Emergency Response Incident Management Plan in place for the operation of the Help Zone. This plan must cover procedures for medical emergencies, public safety incidents, staff welfare, escalation to emergency services and severe weather operational disruption. All staff must be trained in these procedures prior to deployment. Training is the responsibility of The Supplier. Reporting and Operational Statistics: The Supplier is required to maintain accurate records of all operational activity and public engagements. A weekly report must be submitted to Dublin City Council via email using the reporting template provided by Dublin City Council. The report will include any and all public engagements, medical/first aid incidents, referrals, escalations to emergency services, operational times, staffing numbers and any night time environment observations. If the project expands to additional locations, further vehicle or infrastructure requirements will be provided under the same contractual terms. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 7225427.
Show more
Additional products/services: Recreational, cultural and sporting services๐ฆ
Place of performance: Dublin๐๏ธ
Duration: 4 (YEAR)
The time frame below is expressed in number of years.
Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2026-03-25 17:00:00 ๐
Conditions for opening of tenders: 2026-03-26 00:00:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=7225427
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators โ
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2026/S 031-105301 (2026-02-12)