Contract notice

Information

Published

Date of dispatch of this notice: 05/03/2020

Expire date: 01/05/2020

External Reference: 2020-214330

TED Reference: 2020/S 049-116121

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: Tender Operations
Telephone: +353 761008000
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=163759&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for the Provision of Security Services for Office of Government Procurement
Reference number:  PROJ000005952 - FSU061F
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.1.5)

Estimated total value

Value excluding VAT: 125000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: ≥€69,500 to €500,000 - Contracting Authorities with sites in more than one geographical Lot
Lot No:  1
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12
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)

Description

II.2.1)

Title

Lot 2: ≥€69,500 to €500,000 - Dublin City and County for FSU061F
Lot No:  2
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 3: ≥€69,500 to €500,000 - Leinster (excluding Dublin City and County)
Lot No:  3
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
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: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 4: ≥€69,500 to €500,000 - Connacht and Ulster
Lot No:  4
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 5: ≥€69,500 to €500,000 - Munster
Lot No:  5
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 6: ≥ €500,001 to ≤ €2,000,000 - Contracting Authorities with sites in more than one geographical
Lot No:  6
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 7: ≥ €500,001 to ≤ €2,000,000 - Dublin City and County
Lot No:  7
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 12000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 8: ≥ €500,001 to ≤ €2,000,000 - Leinster (excluding Dublin City and County)
Lot No:  8
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 5000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 9: ≥ €500,001 to ≤ €2,000,000 Connacht and Ulster
Lot No:  9
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 8000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 10: ≥ €500,001 to ≤ €2,000,000 - Munster
Lot No:  10
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 11: >€2,000,001 - Contracting Authorities with sites in more than one geographical Lot
Lot No:  11
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 24000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 12: >€2,000,001 - Dublin City and County
Lot No:  12
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 22000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 13: >€2,000,001 - Leinster (excluding Dublin City and County)
Lot No:  13
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 6000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 14: >€2,000,001 - Connacht and Ulster
Lot No:  14
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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)

Description

II.2.1)

Title

Lot 15: >€2,000,001 - Munster
Lot No:  15
II.2.2)

Additional CPV code(s)

75241000  -  Public security services
79711000  -  Alarm-monitoring services
79713000  -  Guard services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

The Minister for Public Expenditure and Reform (the “Contracting Authority”) is issuing this request for tenders (“RFT”) as a central purchasing body for use by the Framework Clients (defined below). The Office of Government Procurement (the “OGP”) is an office within the Department of Public Expenditure and Reform tasked with sourcing goods and services on behalf of the public service. References to the Contracting Authority will be deemed to include the OGP.
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a multi-supplier framework agreement (the “Framework Agreement”) for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: the provision of security services throughout the State.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality of Tenderer’s proposed Mobilisation and Transition Methodology  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Operational Plan, Offer and Innovation  /  Weighting:  200
Quality criterion  -  Name:  Quality of Tenderer’s proposed Contract Performance Management and Reporting  /  Weighting:  200
Cost criterion  -  Name:  Cost  /  Weighting:  400
II.2.6)

Estimated value

Value excluding VAT: 18000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
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: yes
Description of options:
2 x 12 months
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 the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #166650)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #166650)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #166650)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #166650)
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #166650)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #166650)

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 213-522787
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  15/04/2020
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:  15/04/2020
Local time:  12:00

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

The Office of Government Procurement
Dublin
IE