Contract notice

Information

Published

Date of dispatch of this notice: 19/06/2015

Expire date: 20/07/2015

External Reference: 2015-937148

TED Reference: 2015/S 119-217874

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Grangegorman Development Agency
9656739V
Grangegorman Lower
Dublin   Dublin 7
IE
For the attention of: Procurement Division
Telephone: +353 14024140
E-mail: james.kelly@ggda.ie
Internet address(es):
General address of the contracting authority: http://www.ggda.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/564
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89392&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89392&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Education
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Contract for Security Services at Grangegorman Development Agency

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No23:  Investigation and security services, except armoured car services
    Main site or location of works, place of delivery or of performance:

    Dublin 7

    NUTS code
    IE021
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    Grangegorman Development Agency invites tenders from suitably competent

    firms for the provision of security services as follows:

    (a) nned security presence with mobile phone at Grangegorman site at the

    following times: Monday to Friday 6.30am – 7.30pm; Sat. 7.30am - 5.00. pm;

    Note: currently no Sunday service required.

    (b) A lock up service for all perimeter gates to the site at the end of each working

    day. This service must provide for an additional security presence to check that

    occupied contractor sites are vacated and that the site perimeter is secure.

    (c) Additional staff as required and in accordance with the rates tendered and

    times periods associated with those rates

    (d) Call out service out of hours. Rate for 24 /7 presence out of hours.

    (e) Hourly rate for a flagman for Grangegorman road crossing if required.

    The contract is for one year. However GDA reserves the right subject to

    satisfactory performance to extend to a maximum of 5 years.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    79710000   Security services
    Supplementary vocabulary
    79713000   Guard services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    A one year contract covering services Monday to Saturday all year round. The value below is the maximum potential value of a 5 year contract.

    Estimated cost excluding VAT
    Range: between  80000  and 1000000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Subject to satisfactory performance, GDA may extend the contract yearly for a maximum of 5 yeas,

    Provisional timetable for recourse to these options:
    in months: 12 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    Number of possible renewals:  4
    In the case of renewable contracts, estimated time-frame for subsequent calls for competition: 
    in months: 12
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 060 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Not applicable

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    To be agreed with the successful service provider.

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    A grouping if successful must be prepared to contract as a single entity having joint and several liability.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Must be PSA licenced.

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the tender document available from www.etenders.gov.ie under System ID 96335

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the tender document available from www.etenders.gov.ie under System ID 96335

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Please refer to the tender document available from www.etenders.gov.ie under System ID 96335

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: yes
    Reference to the relevant law, regulation or administrative provision:

    PSA licenced

    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    20.07.2015 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 012 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Persons authorised to be present at the opening of tenders: no

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    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 from the Revenue Commissioners when requested.

    6) If for any reason it is not possible to award the contract to one or more of the tenderers invited following the conclusion of this competitive process or the appointed service provider is not satisfactory, the contracting authority reserves the right to award the contract to the next ranked tenderer during the tender validity period.

    7) At its absolute discretion, the contracting authority may elect to terminate this procurement process at any time.

    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 “or equivalent“ 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, tenderers are advised to ensure that they return fully responsive tenders in order to avoid the risk of elimination from the competition.

    10) This notice is being published on a voluntary basis in the OJEU as the contract is for a service which is a non-priority service (Category 23, Annex IIB) and therefore not subject to the full rigours of the public procurement directive (2004/18/EC).

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    The High Court
    Inns Quay,
    7  Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    Consult a legal advisor
    Internet address: