Contract notice

Information

Published

Date of dispatch of this notice: 05/11/2018

Expire date: 05/12/2018

External Reference: 2018-243928

TED Reference: 2018/S 214-490474

Contract notice

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: Ann Healy
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=137673&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

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Party Framework Agreement for the Provision of Security Consultancy Services for the Central Bank of Ireland
Reference number:  2018P039
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Central Bank is seeking tenders from suppliers in the market who have a proven capability of providing security consultancy services. The requirements below set out some of the typical services that the Central Bank may seek to activate from the successful Framework Members over the term of the Framework Agreement;
(i) Support the Physical Security Division of the Central Bank in the deliverance of its mandate to protect all its people, property and valuables at its premises and any other premises as may be directed by the Central Bank over the lifetime of the Framework Agreement, and
(ii) to provide any other relevant Physical Security advice and support as required.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79710000  -  Security services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Central Bank is seeking tenders from suppliers in the market who have a proven capability of providing security consultancy services. The requirements below set out some of the typical services that the Central Bank may seek to activate from the successful Framework Members over the term of the Framework Agreement;
(i) Support the Physical Security Division of the Central Bank in the deliverance of its mandate to protect all its people, property and valuables at its premises and any other premises as may be directed by the Central Bank over the lifetime of the Framework Agreement.
(ii) To provide any other relevant Physical Security advice and support as required such as;
a. security related training and exercises
b. travel security advice
c. development of security related policies and procedures
d. the development of specifications for security related projects
e. technical expertise on modern security technology and infrastructure
f. risk assessments, threat assessments and peer reviews (including proposed risk response and mitigations)
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Framework Agreement that may result from this Competition will be issued for a term of two (2) years. The Central Bank may extend the Term on the same terms and conditions for a period or periods of up to twelve (12) months with a maximum of twenty four (24) months. Renewal will be at the end of the term of the framework agreement that results from this competition.
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
II.2.14)

Additional information

All information relating to this tender is published on
www.etenders.gov.ie only (RFT ID 142047)

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2.3)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  05/12/2018
Local time:  12:30
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  05/12/2018
Local time:  12:30

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2023
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE