Lot 1: Fire Alarm: Dublin City and County
Lot No:
1
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems in Public Sector Buildings under Category A. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1250000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 2: Fire Alarm: Galway, Mayo, Roscommon, Sligo, Leitrim, Donegal
Lot No:
2
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems in Public Sector Buildings under Category A. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 820000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 3: Fire Alarm: Cork, Limerick, Kerry, Clare, Tipperary
Lot No:
3
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems in Public Sector Buildings under Category A. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1100000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 4: Fire Alarm: Waterford, Wexford, Carlow, Kilkenny, Offaly, Laois, Kildare, Wicklow
Lot No:
4
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems in Public Sector Buildings under Category A. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 820000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 5: Fire Alarm: Meath, Louth, Monaghan, Cavan, Longford, Westmeath
Lot No:
5
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems in Public Sector Buildings under Category A. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1000000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 6: Fire Alarm: More than one geographical Lot (Covering Regional and Divisional Boundaries)
Lot No:
6
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems in Public Sector Buildings under Category A. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1250000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 7: Emergency Lighting: Dublin City and County
Lot No:
7
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Emergency Lighting in Public Sector Buildings under Category B. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 720000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 8: Emergency Lighting: Galway, Mayo, Roscommon, Sligo, Leitrim, Donegal
Lot No:
8
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Emergency Lighting in Public Sector Buildings under Category B. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 470000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 9: Emergency Lighting: Cork, Limerick, Kerry, Clare, Tipperary
Lot No:
9
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Emergency Lighting in Public Sector Buildings under Category B. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 650000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 10: Emergency Lighting: Waterford, Wexford, Carlow, Kilkenny, Offaly, Laois, Kildare, Wicklow
Lot No:
10
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Emergency Lighting in Public Sector Buildings under Category B. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 470000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 11: Emergency Lighting: Meath, Louth, Monaghan, Cavan, Longford, Westmeath
Lot No:
11
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Emergency Lighting in Public Sector Buildings under Category B. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 580000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 12:Emergency Lighting:More than one geographical Lot(Covering Regional and Divisional Boundaries
Lot No:
12
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Emergency Lighting in Public Sector Buildings under Category B. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 720000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 13: FA & EL: Dublin City and County
Lot No:
13
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems and Emergency Lighting Systems in Public Sector Buildings under Category C. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1620000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 14: FA & EL: Galway, Mayo, Roscommon, Sligo, Leitrim, Donegal
Lot No:
14
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems and Emergency Lighting Systems in Public Sector Buildings under Category C. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1000000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 15: FA & EL: Cork, Limerick, Kerry, Clare, Tipperary
Lot No:
15
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems and Emergency Lighting Systems in Public Sector Buildings under Category C. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1450000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 16: FA & EL: Waterford, Wexford, Carlow, Kilkenny, Offaly, Laois, Kildare, Wicklow
Lot No:
16
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems and Emergency Lighting Systems in Public Sector Buildings under Category C. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1000000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 17: FA & EL: Meath, Louth, Monaghan, Cavan, Longford, Westmeath
Lot No:
17
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems and Emergency Lighting Systems in Public Sector Buildings under Category C. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1300000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 18: FA & EL: More than one geographical Lot (Covering Regional and Divisional Boundaries)
Lot No:
18
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Fire Alarm Systems and Emergency Lighting Systems in Public Sector Buildings under Category C. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1620000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 19: Security: Dublin City and County
Lot No:
19
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Electronic Security Systems in Public Sector Buildings under Category D. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1200000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 20: Security: Galway, Mayo, Roscommon, Sligo, Leitrim, Donegal
Lot No:
20
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Electronic Security Systems in Public Sector Buildings under Category D. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 780000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 21: Security: Cork, Limerick, Kerry, Clare, Tipperary
Lot No:
21
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Electronic Security Systems in Public Sector Buildings under Category D. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1000000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 22: Security: Waterford, Wexford, Carlow, Kilkenny, Offaly, Laois, Kildare, Wicklow
Lot No:
22
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Electronic Security Systems in Public Sector Buildings under Category D. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 780000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 23: Security: Meath, Louth, Monaghan, Cavan, Longford, Westmeath
Lot No:
23
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Electronic Security Systems in Public Sector Buildings under Category D. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 960000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
Lot 24: Security: More than one geographical Lot (Covering Regional and Divisional Boundaries)
Lot No:
24
II.2.2)
Additional CPV code(s)
31518200
-
Emergency lighting equipment
31600000
-
Electrical equipment and apparatus
31625000
-
Burglar and fire alarms
31625100
-
Fire-detection systems
31625200
-
Fire-alarm systems
31625300
-
Burglar-alarm systems
35100000
-
Emergency and security equipment
35111500
-
Fire suppression system
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
38431200
-
Smoke-detection apparatus
44480000
-
Miscellaneous fire-protection equipment
44482000
-
Fire-protection devices
45311000
-
Electrical wiring and fitting work
45312100
-
Fire-alarm system installation work
50000000
-
Repair and maintenance services
50324100
-
System maintenance services
50324200
-
Preventive maintenance services
50610000
-
Repair and maintenance services of security equipment
50711000
-
Repair and maintenance services of electrical building installations
50800000
-
Miscellaneous repair and maintenance services
71314100
-
Electrical services
71600000
-
Technical testing, analysis and consultancy services
75251110
-
Fire-prevention services
79710000
-
Security services
35121700
-
Alarm systems
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The provision of Maintenance Services for Electronic Security Systems in Public Sector Buildings under Category D. For use by the Framework Clients with a requirement in excess of €25,000 per annum.
Criteria below
Quality criterion
-
Name:
1. Account Management & Management Information Proposal
/
Weighting:
150
Quality criterion
-
Name:
2. Approach to Service Delivery and Continuity of Supply Proposal
/
Weighting:
200
Quality criterion
-
Name:
3. Health & Safety Proposal
/
Weighting:
100
Quality criterion
-
Name:
4. Quality Control Proposal
/
Weighting:
100
Quality criterion
-
Name:
5. Sustainability Proposal
/
Weighting:
100
Cost criterion
-
Name:
Cost
/
Weighting:
350
Value excluding VAT: 1200000.00
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:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
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
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.