Contract notice

Information

Published

Date of dispatch of this notice: 25/03/2020

Expire date: 27/04/2020

External Reference: 2020-209503

TED Reference: 2020/S 062-148345

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Cavan and Monaghan Education & Training Board
3185068CH
Market Street
Monaghan
Monaghan
IE
Contact person: Sarah Gilsenan
Telephone: +353 494353990
NUTS code:  IE04 -  Northern and Western
Internet address(es):
Main address: http://www.cmetb.ie

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=164864&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

Other type:  Education
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Services for the Maintenance of Fire and Facilities Systems for Cavan and Monaghan Education and Training Board (CMETB). There are four Lots.
II.1.2)

Main CPV code

51700000  -  Installation services of fire protection equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of Services for the Maintenance of Fire and Facilities Systems for Cavan and Monaghan Education and Training Board (CMETB). There are four Lots.
II.1.5)

Estimated total value

Value excluding VAT: 480000.00  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 Portable Fire Equipment (supply, install & maintenance)
Lot No:  1
II.2.2)

Additional CPV code(s)

24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
31518200  -  Emergency lighting equipment
31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
31625200  -  Fire-alarm systems
35111320  -  Portable fire-extinguishers
35111400  -  Fire escape equipment
35111500  -  Fire suppression system
35111510  -  Fire suppression hand tools
35111520  -  Fire suppression foam or similar compounds
35121700  -  Alarm systems
39525400  -  Fire blankets
44221220  -  Fire doors
44480000  -  Miscellaneous fire-protection equipment
44482000  -  Fire-protection devices
44482100  -  Fire hoses
44482200  -  Fire hydrants
45312100  -  Fire-alarm system installation work
45312200  -  Burglar-alarm system installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45343220  -  Fire-extinguishers installation work
79993100  -  Facilities management services
II.2.3)

Place of performance

NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
Cavan & Monaghan
II.2.4)

Description of the procurement

Lot 1 Portable Fire Equipment (supply, install & maintenance): must be new and unused and must be fit for purpose and be of a quality acceptable to the Contracting Authority. All Portable Fire Equipment products must conform to the relevant technical European Union EN standards. Portable Fire Equipment includes but is not limited to fire extinguishers, fire stands, cabinets, hose reels, fire blankets and signage.
The Services to be provided pursuant to any Call-off Contract relate principally to the supply, installation and maintenance (including discharging & refilling where relevant) of Portable Fire Equipment
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: 60000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1
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)

Description

II.2.1)

Title

Lot 2 Alarm/CCTV Maintenance (supply, install & maintenance)
Lot No:  2
II.2.2)

Additional CPV code(s)

24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
31518200  -  Emergency lighting equipment
31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
31625200  -  Fire-alarm systems
35111320  -  Portable fire-extinguishers
35111400  -  Fire escape equipment
35111500  -  Fire suppression system
35111510  -  Fire suppression hand tools
35111520  -  Fire suppression foam or similar compounds
35121700  -  Alarm systems
39525400  -  Fire blankets
44221220  -  Fire doors
44480000  -  Miscellaneous fire-protection equipment
44482000  -  Fire-protection devices
44482100  -  Fire hoses
44482200  -  Fire hydrants
45312100  -  Fire-alarm system installation work
45312200  -  Burglar-alarm system installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45343220  -  Fire-extinguishers installation work
79993100  -  Facilities management services
II.2.3)

Place of performance

NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
Cavan & Monaghan
II.2.4)

Description of the procurement

Lot 2 Alarm/CCTV Maintenance (supply, install & maintenance): CMETB wishes to engage a service provider to provide a complete scheduled preventative alarm/CCTV maintenance service, the facility of a reactive call-out service and day-works to support CMETB with maintenance management system.
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: 320000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1
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)

Description

II.2.1)

Title

Lot 3 Emergency Lighting
Lot No:  3
II.2.2)

Additional CPV code(s)

24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
31518200  -  Emergency lighting equipment
31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
31625200  -  Fire-alarm systems
35111320  -  Portable fire-extinguishers
35111400  -  Fire escape equipment
35111500  -  Fire suppression system
35111510  -  Fire suppression hand tools
35111520  -  Fire suppression foam or similar compounds
35121700  -  Alarm systems
39525400  -  Fire blankets
44221220  -  Fire doors
44480000  -  Miscellaneous fire-protection equipment
44482000  -  Fire-protection devices
44482100  -  Fire hoses
44482200  -  Fire hydrants
45312100  -  Fire-alarm system installation work
45312200  -  Burglar-alarm system installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45343220  -  Fire-extinguishers installation work
79993100  -  Facilities management services
II.2.3)

Place of performance

NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
Cavan & Monaghan
II.2.4)

Description of the procurement

Lot 3 Emergency Lighting: The Contractor will be required to maintain Emergency Lighting in accordance with IS 3217 /2013 in addition to servicing every device in line with the relevant standard.
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: 72000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1
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)

Description

II.2.1)

Title

Lot 4 Fire Protection Integrity Insulation
Lot No:  4
II.2.2)

Additional CPV code(s)

24951220  -  Fire-extinguisher agents
24951230  -  Fire-extinguisher charges
31518200  -  Emergency lighting equipment
31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
31625200  -  Fire-alarm systems
35111320  -  Portable fire-extinguishers
35111400  -  Fire escape equipment
35111500  -  Fire suppression system
35111510  -  Fire suppression hand tools
35111520  -  Fire suppression foam or similar compounds
35121700  -  Alarm systems
39525400  -  Fire blankets
44221220  -  Fire doors
44480000  -  Miscellaneous fire-protection equipment
44482000  -  Fire-protection devices
44482100  -  Fire hoses
44482200  -  Fire hydrants
45312100  -  Fire-alarm system installation work
45312200  -  Burglar-alarm system installation work
45343000  -  Fire-prevention installation works
45343100  -  Fireproofing work
45343220  -  Fire-extinguishers installation work
79993100  -  Facilities management services
II.2.3)

Place of performance

NUTS code:  IE04 -  Northern and Western
Main site or place of performance:  
Cavan & Monaghan
II.2.4)

Description of the procurement

Lot 4 Fire Protection Integrity Insulation: Including fire doors/shutters, fire curtains and emergency exits and fire stopping maintenance services.
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: 32000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 1
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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 a single operator
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:  27/04/2020
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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 18886000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.