Contract notice

Information

Published

Date of dispatch of this notice: 16/01/2023

Expire date: 22/02/2023

External Reference: 2023-245280

TED Reference: 2023/S 015-038497

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Central Bank of Ireland
N/A
PO Box 559
Dublin 1
New Wapping Street,
IE
Contact person: Anthony Flood
Telephone: +353 012246052
NUTS code:  IE -  IRELAND
Internet address(es):
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=231562&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

Economic and financial affairs

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Total Facilities Management Services
Reference number:  2022P108
II.1.2)

Main CPV code

79993000  -  Building and facilities management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Central Bank requires the services of an experienced Facilities Management service provider. They will be required to manage its North Wall Quay, Mayor Street, Spencer Dock and Sandyford Buildings and associated properties, by providing a fully integrated Total Facilities Management (TFM) service. Any properties or buildings that may be acquired by the Central Bank in the future will also be included in the scope of this Contract.
II.1.5)

Estimated total value

Value excluding VAT: 40000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

79993100  -  Facilities management services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

The Central Bank requires the services of an experienced Facilities Management service provider. They will be required to manage its North Wall Quay, Mayor Street, Spencer Dock and Sandyford Buildings and associated properties, by providing a fully integrated Total Facilities Management (TFM) service. Any properties or buildings that may be acquired by the Central Bank in the future will also be included in the scope of this Contract.
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: 40000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The duration of the Contract is intended to be five years, although the Central Bank has the right to terminate it earlier. The Central Bank also has the right to extend the duration of the Contract by any period or series of periods up to a total of 24 months, so that the Contract may ultimately have a maximum total duration of 7 years.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
Selection criteria as stated in the procurement documents
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

See PQQ attached to this eTenders notice for full details of the requirements - RFT ID 230616

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

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

List and brief description of conditions:  See PQQ attached to this eTenders notice for full details of the requirements - RFT ID 230616
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See PQQ attached to this eTenders notice for full details of the requirements - RFT ID 230616
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See PQQ attached to this eTenders notice for full details of the requirements - RFT ID 230616
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See PQQ attached to this eTenders notice for full details of the requirements - RFT ID 230616

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
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:  22/02/2023
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 31/05/2023
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.3)

Additional information

The figure in fields II.1.5 and II.2.6 represents the Central Bank’s best estimate of the anticipated total value. It is not possible to be definitive in this regard by virtue of the Central Bank’s variable demand for the relevant services.
The total value may be significantly lower, or indeed significantly higher than the figure in fields II.1.5 and II.2.6.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay
Dublin
8
IE
Internet address: http://www.courts.ie/

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
As set out at section 7 of the European Communities (Public Authorities’ Contracts) (Review Procedures) Regulations SI 130/2010, as amended