Contract award notice

Information

Published

Date of dispatch of this notice: 10/08/2022

External Reference: 2022-268481

TED Reference: 2022/S 155-444728

Contract award notice

Contract award notice

Results of the procurement procedure

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.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 recently published a Contract Notice seeking tenders from interested parties with the aim of establishing a single party framework covering a wide range of facility management and related services. Following evaluation in adherence to the evaluation methodology set out in the RFT, the RSA has successfully executed a framework agreement as further described in this notice.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  7800000.00  EUR
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

Criteria below
Quality criterion  -  Name:  Resources  /  Weighting:  300
Quality criterion  -  Name:  Method Statement  /  Weighting:  300
Quality criterion  -  Name:  Data Capture Plan  /  Weighting:  100
Price  -  Weighting:  300
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.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

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

Information about the Government Procurement Agreement (GPA)

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

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 063-166225

Section V: Award of contract

Contract No: 1

Title: Provision of Facility Management and Related Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

28/07/2022
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

OCS One Complete Solution Limited
31351
Unit 38
Dublin D17 H744
Airways Industrial E
IE
Telephone: +353 17047720
Fax: +353 18556594
NUTS code:  IE -  IRELAND
Internet address: http://www.ocs.com/.ie

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  7800000.00  EUR
Total value of the contract/lot:  7800000.00  EUR
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:  
Various service elements falling under the scope of the framework agreement are to be sub-contracted including:
Hygiene Services, Pest Control, Waste Management, Drinking Water Solutions, Landscaping/Ground Maintenance, Indoor Planting, Server Room UPS etc.
Please contact the contracting authority for further details in this regard.

Section VI: Complementary 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