Contract notice

Information

Published

Date of dispatch of this notice: 25/03/2022

Expire date: 06/05/2022

External Reference: 2022-273476

TED Reference: 2022/S 063-166225

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Road Safety Authority (RSA)
N/A
Moy Business Park
Ballina
Primrose Hill
IE
Contact person: Procurement and Contracts Management Office
Telephone: +353 9625000
E-mail: PCMO@rsa.ie
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.rsa.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=210211&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

Other activity:  Road Safety and Public Service Provision

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Facility Management and Related Services
Reference number:  ET2201
II.1.2)

Main CPV code

79993100  -  Facilities management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The RSA is seeking tenders from interested parties with the aim of establishing a single party framework covering a wide range of facility management and related services that will:
1. assist the RSA in assessing and meeting its obligations under the government’s Circular Economy Strategy; and
2. ensure that the RSA has a single point of contact for the provision of facility management and related services across its offices and driving test centres nationwide.
The framework shall be awarded for a period of 4 years.
Tenderers must be able to provide ALL of the required services and tenders may not be submitted for part(s) of the required services.
Please refer to the RFT documents attached to this notice for more information.
II.1.5)

Estimated total value

Value excluding VAT: 7800000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
79993000  -  Building and facilities management services
90920000  -  Facility related sanitation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of the Framework comprises:
• General Office/DTC Cleaning
• Ordering, coordination and management of cleaning supplies and sundries
• Window Cleaning
• Sanitary Bins
• Confidential Shredding
• Pest Control
• Waste Management
• Floor Mats
• Drinking Water Solutions
• Feminine Hygiene Vending Machines
• Landscaping/Grounds Maintenance
• Concierge/Front of House
• 24 Hour Key Holding & Alarm Response
• Monitoring, Testing and Inspection of Building/Life Safety Systems to include:
- Fire Alarm Monitoring and PPM
- Fire Safety Equipment PPM
- Sprinkler System PPM
- Emergency Lighting PPM
- CO2 Monitor PPM
- Working at Height Equipment PPM
- Roller Shutter Door PPM
- Water Services Legionella Sampling
- PAT Testing
• Server Room UPS
• VDU/DSE Assessments
• ICT Workstation Sanitisation Services
• Workplace Risk Assessments
• Safety Inspections/Auditing & Reporting
• Building/Accommodation Sourcing and Management Advisory Services;
• Reactive Cleaning Services;
• Provision of PPE supplies (e.g. Face Masks, Hand Sanitiser, Disinfection Sprays, Disinfection Wipes etc.);
• Provision and maintenance of Air Fresheners;
• Provision, maintenance and upkeep of Indoor Planting;
• Specialist cleaning/disinfection services;
• Supply/installation/inspection/planned preventative maintenance of building systems and/or life safety systems including but not limited to: CCTV, HVAC, access control, fire detection and suppression systems, emergency lighting, Induction Loops etc.;
• Provision of workplace / work system / work process inspections/audits/risk assessments and associated reporting (e.g. fire audits, accessibility audits, water services risk assessments, environmental/green audits, work process risk assessments etc.);
• Reactive plumbing/electrical/general maintenance services including light refurbishment works;
• Development of site-specific safety statements/emergency procedures etc.;
• Fire Safety Management advisory services including but not limited to fire warden training and fire evacuation mapping;
• Data collection, recording and provision of live metrics
• Reporting, Quality and Performance Monitoring
• Framework/Call-Off Contract Management
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: 7800000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

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.2.14)

Additional information

Please note that the Total Estimated Value figure specified in this notice serves as a maximum threshold only over the 4-year term and should not be taken as an indication or guarantee of the level of expenditure that might take place under the Framework.
Please refer to the RFT Documentation attached to this notice for more information.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/05/2022
Local time:  10:00
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

Tender must be valid until:  07/11/2022
IV.2.7)

Conditions for opening of tenders

Date:  06/05/2022
Local time:  10:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please refer to the RFT Documentation for further information.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
High Court Central Office, Four Courts, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your legal advisors