Contract notice

Information

Published

Date of dispatch of this notice: 12/04/2017

Expire date: 17/05/2017

External Reference: 2017-649763

TED Reference: 2017/S 074-142554

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
Contact person: Geraldine Sherlock
NUTS code:  IE -  IRELAND
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=111129&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Alternative Work Area Recovery Site Services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Alternative Work Area (AWA) Recovery Site Service
Reference number:  2016P121
II.1.2)

Main CPV code

72251000  -  Disaster recovery services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Bank is seeking proposals for the supply of an Alternate Work Area (AWA) Recovery Site Service, to cater for an event where North Wall Quay (NWQ) and / or Spencer Dock (SD) Bank locations become inaccessible. The provision of an AWA Recovery Site available at time of incident to house Bank staff performing critical processes is a fundamental requirement of the Bank’s business continuity strategy. The Bank has defined the number of staff required to fulfil these critical processes at a recovery site within a range of pre-defined timeframes. The Bank requires a minimum of 200 positions at the AWA Recovery Site and estimates that this will increase to an expected 300 positions during the term of the contract. The contract term is for three (3) years with an option to extend for two (2) additional one (1) year periods
II.1.5)

Estimated total value

Value excluding VAT: 725000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79900000  -  Miscellaneous business and business-related services
79993000  -  Building and facilities management services
79993100  -  Facilities management services
79996000  -  Business organisation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Bank is seeking proposals for the supply of an Alternate Work Area (AWA) Recovery Site Service, to cater for an event where North Wall Quay (NWQ) and / or Spencer Dock (SD) Bank locations become inaccessible. The provision of an AWA Recovery Site available at time of incident to house Bank staff performing critical processes is a fundamental requirement of the Bank’s business continuity strategy. The Bank has defined the number of staff required to fulfil these critical processes at a recovery site within a range of pre-defined timeframes. The Bank requires a minimum of 200 positions at the AWA Recovery Site and estimates that this will increase to an expected 300 positions during the term of the contract. The contract term is for three (3) years with an option to extend for two (2) additional one (1) year periods
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 725000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Option to renew for 2 additional 12 month periods
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to Invitation to Tender (ITT) document uploaded
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to Invitation to Tender (ITT) document uploaded

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  16/05/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  16/05/2017
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
3-5 years from Contract Award
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Four Courts
Dublin 1
Dublin 1
IE
Telephone: +353 1856000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult with your own legal advisers.
VI.5)

Date of dispatch of this notice

12/04/2017