Contract notice

Information

Published

Date of dispatch of this notice: 01/02/2021

Expire date: 16/03/2021

External Reference: 2021-205172

TED Reference: 2021/S 025-060275

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Contact person: OGP Support
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=181696&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

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework for the provision of Maintenance Services for Fire Alarm, Emergency Lighting (“Fire Safety”) AND/OR Electronic Security (“Security”) Systems in Public Sector Buildings
Reference number:  PROJ000006712 - FBM069F
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Further to the Request For Information (RFI) for Fire Alarm and Emergency Lighting Maintenance Services (RFT 177906) issued in October 2020, the Minister for Public Expenditure and Reform (the Contracting Authority) is issuing this Request for Tenders (RFT) as a central purchasing body for use by the Framework Clients with a requirement in excess of €25,000 per annum.
In summary, the provision of Maintenance Services comprise Fire Alarm, Emergency Lighting (“Fire Safety”) AND/OR Electronic Security (“Security”) Systems in Public Sector Buildings as set out below.
- Planned preventative maintenance services
- Reactive maintenance, repairs and modifications
- Call out services
This RFT will be divided into 4 Maintenance Categories: A, B, C, D (A: Fire Alarm, B: Emergency Lighting, C: Fire Alarm & Emergency Lighting, D: Electronic Security). Please refer to the RFT for further Lotting details within each Category A, B, C & D.
II.1.5)

Estimated total value

Value excluding VAT: 24000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
There is no restriction on the number of Lots for which a successful Tenderer may be appointed to, however a maximum number of Framework Membership places will be awarded in the case of each Lot, up to a maximum number of twenty four (24) Lots for each eligible Framework Member that applies for all Lots under each of Categories A, B, C & D.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.
II.2)

Description

II.2.1)

Title

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.
II.2.5)

Award criteria

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
II.2.6)

Estimated value

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.

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:  Please consult the RFT documentation for this competition (RFT 183503)
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 183503)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 183503)
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please consult the RFT documentation for this competition (RFT 183503)
Minimum level(s) of standards possibly required:  
Please consult the RFT documentation for this competition (RFT 183503)
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT 183503)

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 several operators
Envisaged maximum number of participants to the framework agreement:  405
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:  16/03/2021
Local time:  12:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  16/03/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT 183503).
VI.3)

Additional information

Please consult the RFT documentation for this competition (RFT 183503)
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

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