News

Ireland-Dublin: Multi Party Framework Agreement for the Provision of Security Consultancy Services for the Central Bank of Ireland

Type of document: Invitation to tender
Country: Ireland
OJEU Ref: (2018/S 214-490474/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU тАУ with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Central Bank of Ireland
National registration number: N/A
Postal address: PO Box 559
Town: Dublin 1
Postal code: New Wapping Street
Country: Ireland
Contact Person: Ann Healy
Email: ann.healy@centralbank.ie
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Multi Party Framework Agreement for the Provision of Security Consultancy Services for the Central Bank of Ireland

Reference number: 2018P039
II.1.2) Main CPV code: 79710000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Central Bank is seeking tenders from suppliers in the market who have a proven capability of providing security consultancy services. The requirements below set out some of the typical services that the Central Bank may seek to activate from the successful Framework Members over the term of the Framework Agreement:
(i) support the physical security division of the Central Bank in the deliverance of its mandate to protect all its people, property and valuables at its premises and any other premises as may be directed by the Central Bank over the lifetime of the Framework Agreement; and
(ii) to provide any other relevant physical security advice and support as required.
II.1.5) Estimated total value:
Value excluding VAT: 400000.00 Currency: EUR
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
79710000

II.2.3) Place of performance
Nuts code: IE061
Main site or place of performance:Dublin.
II.2.4) Description of the procurement:
The Central Bank is seeking tenders from suppliers in the market who have a proven capability of providing security consultancy services. The requirements below set out some of the typical services that the Central Bank may seek to activate from the successful Framework Members over the term of the Framework Agreement:
(i) support the physical security division of the Central Bank in the deliverance of its mandate to protect all its people, property and valuables at its premises and any other premises as may be directed by the Central Bank over the lifetime of the Framework Agreement;
(ii) to provide any other relevant physical security advice and support as required such as:
(a) security related training and exercises;
(b) travel security advice;
(c) development of security related policies and procedures;
(d) the development of specifications for security related projects;
(e) technical expertise on modern security technology and infrastructure;
(f) risk assessments, threat assessments and peer reviews (including proposed risk response and mitigations).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 400000.00 Currency: EUR
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The Framework Agreement that may result from this competition will be issued for a term of two (2) years. The Central Bank may extend the term on the same terms and conditions for a period or periods of up to twelve (12) months with a maximum of twenty four (24) months. Renewal will be at the end of the term of the Framework Agreement that results from this competition.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: All information relating to this tender is published on www.etenders.gov.ie only (RFT ID 142047)

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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:5IV.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: 2018-12-05 Local time: 12:30
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2018-12-05 Local time: 12:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:2023.
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Town: Dublin
Country: Ireland
VI.5) Date of dispatch of this notice:2018-11-05

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy