Contract award notice

Information

Published

Date of dispatch of this notice: 07/07/2022

External Reference: 2022-273639

TED Reference: 2022/S 132-377175

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Procurement and Stores Management, Block 1 Floor 7,Civic Offices, Wood Quay
Dublin
8
IE
Contact person: Andrea Fox
Telephone: +353 2225629
NUTS code:  IE061 -  Dublin
Internet address(es):
I.2)

Joint procurement

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

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Expression of Interest to establish a Single Party Framework for the Provision of Security Services to Dublin City Council
Reference number:  141048
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Dublin City Council is seeking Expressions of Interest from qualified candidates to establish a Single Party Framework Agreement, using the Restricted Procedure, for The Provision of Security Services including Manned Security, CCTV and Alarm Monitoring, Call-out, Key Holding and some Event Security. It will run for 3 years with an option to extend for 1 year up to a maximum of 4 at the discretion of Dublin City Council.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  11000000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

79711000  -  Alarm-monitoring services
79713000  -  Guard services
79715000  -  Patrol services
II.2.3)

Place of performance

NUTS code:  IE061 -  Dublin
Main site or place of performance:  
Dublin City Administrative Area
II.2.4)

Description of the procurement

Dublin City Council is seeking Expressions of Interest from qualified candidates to establish a Single Party Framework Agreement, using the Restricted Procedure, for The Provision of Security Services including Manned Security, CCTV and Alarm Monitoring, Call-out, Key Holding and some Event Security. It will run for 3 years with an option to extend for 1 year up to a maximum of 4 at the discretion of Dublin City Council.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Management of Service Delivery  /  Weighting:  15
Quality criterion  -  Name:  Overall Management of Contract  /  Weighting:  15
Quality criterion  -  Name:  Remote Monitoring Services  /  Weighting:  10
Quality criterion  -  Name:  Social Inclusion Proposal for the contract  /  Weighting:  20
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  40
II.2.11)

Information about options

Options: yes
Description of options:
3 year with the option to extend by a further 1 year
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
IV.1.8)

Information about the Government Procurement Agreement (GPA)

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

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 199-452019

Section V: Award of contract

Contract No: 1

Title: Expressions of Interest to establish a Single Party Framework for the Provision of Security Services to Dublin City Council

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

Award of contract

V.2.1)

Date of conclusion of the contract

02/05/2022
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Bidvest Noonan
459859
Hilton House
Co. Dublin
Unit 3 Swords Busine
IE
Telephone: +353 018704097
Fax: +353 018839892
NUTS code:  IE061 -  Dublin

The contractor is an SME : no
V.2.4)

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

Total value of the contract/lot:  11000000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

1. Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act.
2. It will be a condition for the award of any contract by Dublin City Council that the successful Tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident Tenderer, a statement of suitability from the Revenue Commissioners will be required.
3. 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.
4. 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.
5. The framework agreement is primarily for use by the Central Procurement Unit, but may also be extended for use by other divisions of Dublin City Council as requirements arise.
6. Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging.
7. Tenders may be submitted in English or in the Irish language.
8. Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA).
9. Appeals procedure: The body to whom appeals should be addressed is – The High Court, Four Courts, Inns Quay, Dublin 7.
10. All queries regarding this tender must be emailed to submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID: 141048. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates that have registered an interest in this notice on the Irish Government procurement opportunities portal www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 17:00 pm on the 1st November 2018 to enable issue of responses to all interested parties.
11. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Please contact your solicitor
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please contact your solicitor
Dublin
IE