Contract award notice

Information

Published

Date of dispatch of this notice: 10/09/2020

External Reference: 2020-292079

TED Reference: 2020/S 179-432629

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Irish Prison Service
N/A
IDA Business Park,
Longford
Ballinalee Road,
IE
Telephone: +353 433335100
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Tender for the preventive and corrective maintenance of CCTV systems in Irish Prisons
Reference number:  IPS/20/02/1
II.1.2)

Main CPV code

50610000  -  Repair and maintenance services of security equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems in the following four lots:
• LOT 1 – Dublin
• LOT 2 – Midlands
• LOT 3 – South
• LOT 4 - West
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  2400000.00  EUR
II.2)

Description

II.2.1)

Title

Preventive and corrective maintenance of CCTV systems LOT 1 - Dublin
Lot No:  1
II.2.2)

Additional CPV code(s)

32234000  -  Closed-circuit television cameras
32235000  -  Closed-circuit surveillance system
35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35125000  -  Surveillance system
35125300  -  Security cameras
50600000  -  Repair and maintenance services of security and defence materials
92222000  -  Closed circuit television services
II.2.3)

Place of performance

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

Description of the procurement

Irish Prison Services intends to Establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Account/ Contract Management  /  Weighting:  10
Quality criterion  -  Name:  Methodology to fulfill requirements  /  Weighting:  20
Quality criterion  -  Name:  Expertise of the team and Resources Allocated  /  Weighting:  25
Price  -  Weighting:  45
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 170209
II.2)

Description

II.2.1)

Title

Preventive and corrective maintenance of CCTV systems LOT 2 - Midlands
Lot No:  2
II.2.2)

Additional CPV code(s)

32234000  -  Closed-circuit television cameras
32235000  -  Closed-circuit surveillance system
35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35125000  -  Surveillance system
35125300  -  Security cameras
50600000  -  Repair and maintenance services of security and defence materials
92222000  -  Closed circuit television services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland - Midlands
II.2.4)

Description of the procurement

Irish Prison Services intends to Establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Account/ Contract Management  /  Weighting:  10
Quality criterion  -  Name:  Methodology to fulfill requirements  /  Weighting:  20
Quality criterion  -  Name:  Expertise of the team and resource allocation  /  Weighting:  25
Price  -  Weighting:  45
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 170209
II.2)

Description

II.2.1)

Title

Preventive and corrective maintenance of CCTV systems LOT 3 - South
Lot No:  3
II.2.2)

Additional CPV code(s)

32234000  -  Closed-circuit television cameras
32235000  -  Closed-circuit surveillance system
35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35125000  -  Surveillance system
35125300  -  Security cameras
50600000  -  Repair and maintenance services of security and defence materials
92222000  -  Closed circuit television services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland - South
II.2.4)

Description of the procurement

Irish Prison Services intends to Establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Account/ Contract Management  /  Weighting:  10
Quality criterion  -  Name:  Methodology to fulfill requirements  /  Weighting:  20
Quality criterion  -  Name:  Expertise of Team and Resource Allocation  /  Weighting:  25
Price  -  Weighting:  45
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 170209
II.2)

Description

II.2.1)

Title

Preventive and corrective maintenance of CCTV systems LOT 4 - West
Lot No:  4
II.2.2)

Additional CPV code(s)

32234000  -  Closed-circuit television cameras
32235000  -  Closed-circuit surveillance system
35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35125000  -  Surveillance system
35125300  -  Security cameras
50600000  -  Repair and maintenance services of security and defence materials
92222000  -  Closed circuit television services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland West
II.2.4)

Description of the procurement

Irish Prison Services intends to Establishment of four single party frameworks for the preventive and corrective maintenance of CCTV systems
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Account/ Contract Management  /  Weighting:  10
Quality criterion  -  Name:  Methodology to fulfill requirements  /  Weighting:  20
Quality criterion  -  Name:  Expertise of Team and Resource Allocation  /  Weighting:  25
Price  -  Weighting:  45
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 170209

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
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: 2020/S 103-248523

Section V: Award of contract

Contract No: 1

Title: Preventive and corrective maintenance of CCTV systems LOT 1 - Dublin

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/09/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  7
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

G4S Secure Solutions Ltd
Business Development Manager Unit G5 Calmount Business Park, Ballymount
Dublin
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  30000.00  EUR

Section V: Award of contract

Contract No: 2

Title: Preventive and corrective maintenance of CCTV systems LOT 2 - Midlands

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/09/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  7
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

G4S Secure Solutions Ltd
Business Development Manager Unit G5 Calmount Business Park, Ballymount
Dublin
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  120000.00  EUR

Section V: Award of contract

Contract No: 3

Title: Preventive and corrective maintenance of CCTV systems LOT 3 - South

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/09/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  7
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

G4S Secure Solutions Ltd
Business Development Manager Unit G5 Calmount Business Park, Ballymount
Dublin
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  90000.00  EUR

Section V: Award of contract

Contract No: 4

Title: Preventive and corrective maintenance of CCTV systems LOT 4 - West

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/09/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  7
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

G4S Secure Solutions Ltd
Business Development Manager Unit G5 Calmount Business Park, Ballymount
Dublin
IE

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  90000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am – 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:145645) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Inns Quay
Dublin 7
D7
IE
Telephone: +353 1886000
Fax: +353 1886000

VI.4.3)

Review procedure

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