Contract notice

Information

Published

Date of dispatch of this notice: 25/11/2019

Expire date: 17/12/2019

External Reference: 2019-279996

TED Reference: 2019/S 228-559917

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: Ronan Gordon
Telephone: +353 12245136
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=157324&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

Security Infrastructure Services for the Central Bank of Ireland
Reference number:  2019P122
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The purpose of this tender is to establish a Framework of security infrastructure suppliers for the Central Bank of Ireland (the “Central Bank”) to provide services at its premises, including North Wall Quay and Sandyford. The Framework will be utilised to tender for Security Systems Services. The security technology includes, but is not confined to: CCTV Systems, including monitoring and recording, intruder alarm systems, access control systems, intercom systems, Security Control Room systems and associated data integration utilising SQL Databases via GUI interfaces. Tenderers will be expected to supply turnkey systems, including all necessary IP network integration infrastructure to existing IP networks.
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

35121000  -  Security equipment
50610000  -  Repair and maintenance services of security equipment
73421000  -  Development of security equipment
73431000  -  Test and evaluation of security equipment
79700000  -  Investigation and security services
80610000  -  Training and simulation in security equipment
II.2.3)

Place of performance

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

Description of the procurement

The purpose of this tender is to establish a Framework of security infrastructure suppliers for the Central Bank of Ireland (the “Central Bank”) to provide services at its premises, including North Wall Quay and Sandyford. The Framework will be utilised to tender for Security Systems Services. The security technology includes, but is not confined to: CCTV Systems, including monitoring and recording, intruder alarm systems, access control systems, intercom systems, Security Control Room systems and associated data integration utilising SQL Databases via GUI interfaces. Tenderers will be expected to supply turnkey systems, including all necessary IP network integration infrastructure to existing IP networks.
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: 3000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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.1.2)

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:  3
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:  17/12/2019
Local time:  15:00
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:  17/12/2019
Local time:  15:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
7
IE
Telephone: +353 18886125
Internet address: http://www.courts.ie