Contract notice for contracts in the field of defence and security

Information

Published

Date of dispatch of this notice: 31/08/2021

Expire date: 05/10/2021

External Reference: 2021-240401

TED Reference: 2021/S 171-448011

Contract notice for contracts in the field of defence and security

Cached Version

Contract notice

Defence and security

Directive 2009/81/EC

Services

Section I: Contracting authority/entity

I.1)

Name, addresses and contact point(s)

Irish Prison Service
N/A
IDA Business Park,
Ballinalee Road,  Longford
IE
For the attention of: Simon Mezza
Telephone: +353 433335100
E-mail: sxmezza@irishprisons.ie
Internet address(es):
General address of the contracting authority/entity: http://www.irishprisons.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/214
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=196190&B=ETENDERS_SIMPLE
Electronic submission of tenders and requests to participate: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=196190&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities/entities

The contracting authority/entity is purchasing on behalf of other contracting authorities/entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Provision of Maintenance Services for existing Custodial Locking and Security systems and the Supply and Installation of Custodial Locking and Security systems for various prison locations around the country.

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No 1:  Maintenance and repair services
    Main site or location of works, place of delivery or of performance:

    various

    NUTS code
    IRELAND
    II.1.3)

    Information on framework agreement

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 15
    Justification for a framework agreement, the duration of which exceeds seven years: 

    The term of the proposed framework agreement exceeds seven years on the basis that the expected service life of any delivered items, installations or systems, and the technical difficulties which a change of supplier would cause.

    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT: 18750000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The Contracting Authority proposes to engage in a competitive process for the establishment of framework agreements for the Provision of Maintenance Services for existing Custodial Locking and Security systems and the Supply and Installation of Custodial Locking and security systems.

    Custodial Locking systems are defined as an integrated locking systems for the purposes of restricting movement of incarcerated persons within the prison

    The tender is divided into 5 lots which are geographical, there is a high degree of commonality in the systems currently deployed in each geographic area.

    This tender will comprise support and maintenance services relating to the Provision of Maintenance Services for existing Custodial Locking and security systems.

    It is anticipated that the duration of any Contract will include an Initial Term of up to four (4) years, with the option at the Contracting Authority’s discretion to extend for durations deemed appropriate.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50610000   Repair and maintenance services of security equipment
    Supplementary vocabulary
    44521120   Electronic security lock
    44521130   Enhanced security lock
    II.1.7)

    Information about subcontracting

    The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
    The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    A framework agreement for each lot will be established on foot of this tender competition for the Provision of Maintenance Services for existing Custodial Locking and security systems and the Supply and Installation of additional locking systems services. The maintenance of locking systems includes both planned schedule maintenance, the provision of a 24 hour call centre for unplanned maintenance call outs and unplanned maintenance, furthermore this may involve the supply and installation of additional locking systems that are essential to maintain a high level of standardisation throughout the system

    Estimated cost excluding VAT: 18750000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    While the frameworks will be established for 15 years individual contracts will be for periods of 4 years, at the discretion of the contracting authority and subject to approval of all relevant competent authorities, satisfactory performance, ongoing need, budget availabilty and satisfactory performance.

    II.2.3)

    Information about renewals

    This contract is subject to renewal: yes
    In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: 
    in months: 180
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 180 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: 1) Mountjoy Prison, Mountjoy Progression Unit, Training Unit, Dochas Centre, Arbour Hill
    1)

    Short description:

    A framework agreement for each lot will be established on foot of this tender competition for the Provision of Maintenance Services for existing Custodial Locking and Security systems and the Supply and Installation of additional locking systems services. The maintenance of locking systems includes both planned schedule maintenance, the provision of a 24 hour call center for unplanned maintenance call outs and unplanned maintenance, furthermore this may involve the supply and installation of additional locking systems that are essential to maintain a high level of standardisation throughout the system

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50610000   Repair and maintenance services of security equipment
    Supplementary vocabulary
    44521120   Electronic security lock
    98395000   Locksmith services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 3750000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: 2) Wheatfield P.O.D, Cloverhill Prison
    1)

    Short description:

    A framework agreement for each lot will be established on foot of this tender competition for the Provision of Maintenance Services for existing Custodial Locking and Security systems and the Supply and Installation of additional locking systems services. The maintenance of locking systems includes both planned schedule maintenance, the provision of a 24 hour call centre for unplanned maintenance call outs and unplanned maintenance, furthermore this may involve the supply and installation of additional locking systems that are essential to maintain a high level of standardisation throughout the system

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50610000   Repair and maintenance services of security equipment
    Supplementary vocabulary
    44521120   Electronic security lock
    98395000   Locksmith services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 3750000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: 3) Midlands Prison, Portlaoise Prison, Brian Stack House
    1)

    Short description:

    A framework agreement for each lot will be established on foot of this tender competition for the Provision of Maintenance Services for existing Custodial Locking and Security systems and the Supply and Installation of additional locking systems services. The maintenance of locking systems includes both planned schedule maintenance, the provision of a 24 hour call centre for unplanned maintenance call outs and unplanned maintenance, furthermore this may involve the supply and installation of additional locking systems that are essential to maintain a high level of standardisation throughout the system

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50610000   Repair and maintenance services of security equipment
    Supplementary vocabulary
    44521120   Electronic security lock
    98395000   Locksmith services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 3750000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: 4) Castlerea Prison, Loughan House
    1)

    Short description:

    A framework agreement for each lot will be established on foot of this tender competition for the Provision of Maintenance Services for existing Custodial Locking and Security systems and the Supply and Installation of additional locking systems services. The maintenance of locking systems includes both planned schedule maintenance, the provision of a 24 hour call centre for unplanned maintenance call outs and unplanned maintenance, furthermore this may involve the supply and installation of additional locking systems that are essential to maintain a high level of standardisation throughout the system

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50610000   Repair and maintenance services of security equipment
    Supplementary vocabulary
    44521120   Electronic security lock
    98395000   Locksmith services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 3750000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 5  Lot title: 5) Cork Prison, Limerick Prison
    1)

    Short description:

    A framework agreement for each lot will be established on foot of this tender competition for the Provision of Maintenance Services for existing Custodial Locking and Security systems and the Supply and Installation of additional locking systems services. The maintenance of locking systems includes both planned schedule maintenance, the provision of a 24 hour call centre for unplanned maintenance call outs and unplanned maintenance, furthermore this may involve the supply and installation of additional locking systems that are essential to maintain a high level of standardisation throughout the system

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50610000   Repair and maintenance services of security equipment
    Supplementary vocabulary
    44521120   Electronic security lock
    98395000   Locksmith services
    3)

    Quantity or scope:

    Estimated cost excluding VAT: 3750000  EUR
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    As stated in tender documents (if applicable)

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    As stated in tender documents (if applicable)

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to sub-contract the delivery of any portion of the initial contract or any subsequent contract under the framework, it may be a condition of award of contract that both the service provider and any proposed sub-contractor enter simultaneously into a collateral warranty with the contracting authority for the relevant portion of that contract

    III.1.4)

    Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.1)

    Personal situation

    Information and formalities necessary for evaluating if the requirements are met:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie). Please refer to System ID / RFT ID 197201.

    Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
    Information and formalities necessary for evaluating if the requirements are met:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    III.2.2)

    Economic and financial ability

    Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
    Information and formalities necessary for evaluating if the requirements are met:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    Information and formalities necessary for evaluating if the requirements are met:

    Minimum level(s) of standards possibly required ( if applicable).

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
    Information and formalities necessary for evaluating if the requirements are met:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    Information and formalities necessary for evaluating if the requirements are met:

    Minimum level(s) of standards possibly required ( if applicable).

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    III.2.3)

    Technical and/or professional capacity

    Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
    Information and formalities necessary for evaluating if the requirements are met:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    Minimum level(s) of standards possibly required:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
    Information and formalities necessary for evaluating if the requirements are met:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    Minimum level(s) of standards possibly required:

    In order to be considered, candidates must complete the qualification questionnaire available to download from the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie).

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: yes
    Reference to the relevant law, regulation or administrative provision:

    The Candidate must hold and maintain a Private Security Authority Licence.

    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  5
    Objective criteria for choosing the limited number of candidates: 

    Responses to the questionnaire will be assessed in accordance with the selection criteria, weightings and minimum rules stated. It is envisaged that the top 5 scoring candidates (subject to the number and quality of applications received) that also meet the minimum requirements and rules of the competition will be invited to tender in respect of each lot).

    IV.1.3)

    Reduction of the number of operators during the negotiation or dialogue

    Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated:  yes
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority/entity

    LSFA21

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    05.10.2021 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: yes
    Estimated timing for further notices to be published:

    180 months

    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie)only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.

    2) This is the sole call for competition for this service.

    3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

    4) Contract award will be subject to the approval of the competent authorities.

    5) It will be a condition of award that candidates and all sub-contractors produce a valid Tax Clearance Certificate from the Irish Revenue Commissioners as part of their application for participation in the competition.

    6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer(s) to join the framework agreement as appropriate.

    If, following the conclusion of the competitive process, it is not possible to award the initial contract to the designated successful tenderer; or if having awarded the initial contract the contracting authority considers that the successful tenderer has not met its obligations; the contracting authority reserves the right to award the initial contract to the framework member with the next highest score on the basis of the original competition and as tendered by that party. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.

    7) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.

    8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words “or equivalent“ will always be appended.

    9) Operation of the framework:

    Those admitted to the framework will be entitled to due consideration for all contracts awarded under that framework. However no guarantee can be given that any contract will be awarded to any given firm within a framework. The contracting authority at its sole discretion reserves the right to engage in a separate procurement procedure for any contract arising within the lifetime of the framework.

    At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.

    10) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    Four Courts, Inns Quay
    D07N972  Dublin
    IE
    Telephone: +353 18886000
    E-mail: highcourtcentraloffice@courts.ie
    Internet address: http://www.courts.ie
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained