Contract notice

Information

Published

Date of dispatch of this notice: 18/12/2020

Expire date: 08/02/2021

External Reference: 2020-200023

TED Reference: 2020/S 250-623094

Contract notice

Contract notice

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
Contact person: Susan Kane
Telephone: +353 433335100
Internet address(es):
Main address: http://1

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=180387&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

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Party Framework Agreement for Small Works Contracts with a value below €1,000,000.
II.1.2)

Main CPV code

45216113  -  Prison building construction work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Irish Prison Service operates fourteen prisons and places of detention located in counties Dublin, Laois, Cork, Limerick, Wicklow, Cavan and Roscommon. The purpose of this Competition is to establish 5 frameworks (Lots) for each geographical region for the execution of construction of works for projects up to a maximum value of €1,000,000 within the Prisons Estate.
II.1.5)

Estimated total value

Value excluding VAT: 55000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

South
Lot No:  1
II.2.2)

Additional CPV code(s)

32231000  -  Closed-circuit television apparatus
45210000  -  Building construction work
45310000  -  Electrical installation work
45350000  -  Mechanical installations
II.2.4)

Description of the procurement

The Contracting Authority wishes to establish a Multi Party Framework Agreement for Small Works Contracts for projects up to a maximum value of €1,000,000 within the Prisons Estate as follows:
Lot 1 – South
• Cork Prison, Rathmore Road, Cork City, Co.Cork.
• Limerick Prison, Mulgrave Street, Limerick, Co. Limerick.
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: 5000000.00  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:  
Any framework agreement that may result from this Competition will be for a term of thirty six (36) months' The Contracting Authority reserves the right to extend the Framework for a further period not exceeding 12 months.
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

Midlands
Lot No:  2
II.2.2)

Additional CPV code(s)

32231000  -  Closed-circuit television apparatus
45210000  -  Building construction work
45310000  -  Electrical installation work
45350000  -  Mechanical installations
II.2.4)

Description of the procurement

The Contracting Authority wishes to establish a Multi Party Framework Agreement for Small Works Contracts for projects up to a maximum value of €1,000,000 within the Prisons Estate as follows:
Lot 2 – Midlands
• Midlands Prison, Dublin Road, Portlaoise, Co. Laois
• Portlaoise Prison, Dublin Road, Portlaoise, Co. Laois
• Prison Service College, Brian Stack House, Dublin Road, Portlaoise, Co. Laois
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: 13000000.00  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:  
Any framework agreement that may result from this Competition will be for a term of thirty six (36) months' The Contracting Authority reserves the right to extend the Framework for a further period not exceeding 12 months.
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

Dublin North
Lot No:  3
II.2.2)

Additional CPV code(s)

32231000  -  Closed-circuit television apparatus
45210000  -  Building construction work
45310000  -  Electrical installation work
45350000  -  Mechanical installations
II.2.4)

Description of the procurement

The Contracting Authority wishes to establish a Multi Party Framework Agreement for Small Works Contracts for projects up to a maximum value of €1,000,000 within the Prisons Estate as follows:
Lot 3 – Dublin North
• Mountjoy Prison, North Circular Road, Dublin 7
• The Dochas Centre, North Circular Road, Dublin 7
• The Training Unit, Glengarriff Parade, North Circular Road, Dublin 7
• Arbour Hill Prison, Arbour Hill, Dublin 7
• IPS Phibsborough Office Irish Prison Service Phibsborough Office, 397e North Circular Road, Dublin 7
• Operation Support Group (OSG), Ard na Gaoithe, Arbour hill, Dublin 7.
• Building Services Division (BSD), Unit 2, Airways Industrial Park, Santry, Dublin 17
• Thornton Hall, Kilsallaghan, Co. Dublin
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: 14000000.00  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:  
Any framework agreement that may result from this Competition will be for a term of thirty six (36) months' The Contracting Authority reserves the right to extend the Framework for a further period not exceeding 12 months.
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

Dublin South
Lot No:  4
II.2.2)

Additional CPV code(s)

32231000  -  Closed-circuit television apparatus
45210000  -  Building construction work
45310000  -  Electrical installation work
45350000  -  Mechanical installations
II.2.4)

Description of the procurement

The Contracting Authority wishes to establish a Multi Party Framework Agreement for Small Works Contracts for projects up to a maximum value of €1,000,000 within the Prisons Estate as follows:
Lot 4 – Dublin South
• Cloverhill Prison Complex, Cloverhill Road, Clondalkin, Dublin 22
• Prison Service Escort Corps, Cloverhill Prison Complex, Cloverhill Road, Clondalkin, Dublin 22
• Wheatfield Prison, Cloverhill Road, Clondalkin, Dublin 22
• Shelton Abbey (Arklow) prisons Shelton Abbey Open Centre, Arklow, Co Wicklow
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: 13000000.00  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:  
Any framework agreement that may result from this Competition will be for a term of thirty six (36) months' The Contracting Authority reserves the right to extend the Framework for a further period not exceeding 12 months.
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

North
Lot No:  5
II.2.2)

Additional CPV code(s)

32231000  -  Closed-circuit television apparatus
45210000  -  Building construction work
45310000  -  Electrical installation work
45350000  -  Mechanical installations
II.2.4)

Description of the procurement

The Contracting Authority wishes to establish a Multi Party Framework Agreement for Small Works Contracts for projects up to a maximum value of €1,000,000 within the Prisons Estate as follows:
Lot 5 – North
• Castlerea Prison, Harristown, Castlerea, Co Roscommon
• Loughan House Open Centre, Blacklion, Co Cavan
• IPS Headquarters in Longford Irish Prison Service HQ, IDA Business Park, Ballinalee Road, Longford
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: 10000000.00  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:  
Any framework agreement that may result from this Competition will be for a term of thirty six (36) months' The Contracting Authority reserves the right to extend the Framework for a further period not exceeding 12 months.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 182313.
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.2.2)

Contract performance conditions

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 182313.

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:  01/02/2021
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  01/02/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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:182313) 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

High Court
Inns Quay
Dublin 7
IE
Telephone: +353 18886000

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.