Ausschreibungen und Aufträge: Dienstleistungen von Detekteien und Sicherheitsdiensten - IE-Dublin Dienstleistungen von Detekteien und Sicherheitsdiensten Fernsehkameras im Kurzschlussbetrieb Überwachungs- und Sicherheitssysteme und -einrichtungen Ausrüstung für Verunreinigungsüberwachung Kontroll- und Überwachungsleistungen Überwachungsdienste Umweltüberwachung in anderen Bereichen als dem Bausektor Dokument Nr...: 51456-2020 (ID: 2020020309213139617) Veröffentlicht: 03.02.2020 * IE-Dublin: Dienstleistungen von Detekteien und Sicherheitsdiensten 2020/S 23/2020 51456 Bekanntmachung vergebener Aufträge Ergebnisse des Vergabeverfahrens Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Dublin City Council, Environment and Transportation Department Nationale Identifikationsnummer: N/A Postanschrift: Block 2, Floor 5, Civic Offices, Wood Quay Ort: Dublin NUTS-Code: IE061 Postleitzahl: Dublin 8 Land: Irland E-Mail: [6]bernie.lillis@dublincity.ie Internet-Adresse(n): Hauptadresse: [7]http://www.dublincity.ie/ Adresse des Beschafferprofils: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267 I.2)Informationen zur gemeinsamen Beschaffung I.4)Art des öffentlichen Auftraggebers Regional- oder Kommunalbehörde I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Single-party Framework Agreement for the Provision of Specific CCTV Services for the Purposes of Enforcement Referenznummer der Bekanntmachung: etenders ref 127414 II.1.2)CPV-Code Hauptteil 79700000 II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: Provision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage of incidents of illegal dumping on a weekly basis on a cloud based solution. Provide reports and a dedicated staff member with good technical knowledge to give evidence in a court of law on behalf of Dublin City Council II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.1.7)Gesamtwert der Beschaffung (ohne MwSt.) Wert ohne MwSt.: 600 000.00 EUR II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 32234000 35120000 38344000 71700000 79714000 90711500 II.2.3)Erfüllungsort NUTS-Code: IE061 Hauptort der Ausführung: City wide. II.2.4)Beschreibung der Beschaffung: Provision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage of incidents of illegal dumping on a weekly basis on a cloud based solution. Provide reports of each incident and a dedicated staff member with good technical knowledge to give evidence in a court of law on behalf of Dublin City Council II.2.5)Zuschlagskriterien Qualitätskriterium - Name: Methodology for delivery of the service requirements / Gewichtung: 2500 Qualitätskriterium - Name: Overall contract/account management / Gewichtung: 1500 Qualitätskriterium - Name: Suitability of equipment / Gewichtung: 2000 Qualitätskriterium - Name: Sample reports / Gewichtung: 500 Kostenkriterium - Name: Ultimate cost for evaluation / Gewichtung: 3500 II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: 2 years with option to extend for 1 further year. II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Nichtoffenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [9]2017/S 241-500487 IV.2.8)Angaben zur Beendigung des dynamischen Beschaffungssystems IV.2.9)Angaben zur Beendigung des Aufrufs zum Wettbewerb in Form einer Vorinformation Abschnitt V: Auftragsvergabe Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 02/08/2019 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 4 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Stephen Tyrrell t/a TEC Security Postanschrift: 1st Floor, The Mill Ort: Johnstown, Naas, Co. Kildare NUTS-Code: IE061 Land: Irland Der Auftragnehmer ist ein KMU: ja V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Gesamtwert des Auftrags/Loses: 600 000.00 EUR V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt VI: Weitere Angaben VI.3)Zusätzliche Angaben: 1) Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act; 2) It will be a condition for the award of any contract by Dublin City Council that the successful tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident tenderer, a statement of suitability from the Revenue Commissioners will be required; 3) Suppliers must register their interest on the eTenders web site ([10]www.etenders.gov.ie) in order to be included on the mailing list for clarifications; 4) 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; 5) Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ([11]www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties; 6) The framework agreement is primarily for use by the Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise; 7) Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging; 8) Tenders may be submitted in English or in the Irish language; 9) Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA); 10) Appeals procedure: The body to whom appeals should be addressed is The High Court, Four Courts, Inns Quay, Dublin 7; 11) All queries regarding this tender must be emailed to [12]bernie.lillis@dublincity.ie for the attention of Bernie Lillis. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal [13]www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12.00 noon on 24.1.2018 to enable issue of responses to all interested parties. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: High Court, Chief Registrar Postanschrift: The Four Courts Ort: Inns Quay Postleitzahl: Dublin 7 Land: Irland E-Mail: [14]highcourtcentraloffice@courts.ie Telefon: +441 8886000 VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/01/2020 References 6. mailto:bernie.lillis@dublincity.ie?subject=TED 7. http://www.dublincity.ie/ 8. https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267 9. https://ted.europa.eu/udl?uri=TED:NOTICE:500487-2017:TEXT:DE:HTML 10. http://www.etenders.gov.ie/ 11. http://www.etenders.gov.ie/ 12. mailto:bernie.lillis@dublincity.ie?subject=TED 13. http://www.etenders.gov.ie/ 14. mailto:highcourtcentraloffice@courts.ie?subject=TED OT: 03/02/2020 S23 Services - Contract award notice - Restricted procedure Ireland-Dublin: Investigation and security services 2020/S 023-051456 Contract award notice Results of the procurement procedure Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Dublin City Council, Environment and Transportation Department National registration number: N/A Postal address: Block 2, Floor 5, Civic Offices, Wood Quay Town: Dublin NUTS code: IE061 Postal code: Dublin 8 Country: Ireland E-mail: [6]bernie.lillis@dublincity.ie Internet address(es): Main address: [7]http://www.dublincity.ie/ Address of the buyer profile: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/267 I.2)Information about joint procurement I.4)Type of the contracting authority Regional or local authority I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: Single-party Framework Agreement for the Provision of Specific CCTV Services for the Purposes of Enforcement Reference number: etenders ref 127414 II.1.2)Main CPV code 79700000 II.1.3)Type of contract Services II.1.4)Short description: Provision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage of incidents of illegal dumping on a weekly basis on a cloud based solution. Provide reports and a dedicated staff member with good technical knowledge to give evidence in a court of law on behalf of Dublin City Council II.1.6)Information about lots This contract is divided into lots: no II.1.7)Total value of the procurement (excluding VAT) Value excluding VAT: 600 000.00 EUR II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 32234000 35120000 38344000 71700000 79714000 90711500 II.2.3)Place of performance NUTS code: IE061 Main site or place of performance: City wide. II.2.4)Description of the procurement: Provision of specific CCTV services to monitor and capture incidents of illegal dumping in Dublin city. Review all footage captured and provide CCTV footage of incidents of illegal dumping on a weekly basis on a cloud based solution. Provide reports of each incident and a dedicated staff member with good technical knowledge to give evidence in a court of law on behalf of Dublin City Council II.2.5)Award criteria Quality criterion - Name: Methodology for delivery of the service requirements / Weighting: 2500 Quality criterion - Name: Overall contract/account management / Weighting: 1500 Quality criterion - Name: Suitability of equipment / Weighting: 2000 Quality criterion - Name: Sample reports / Weighting: 500 Cost criterion - Name: Ultimate cost for evaluation / Weighting: 3500 II.2.11)Information about options Options: yes Description of options: 2 years with option to extend for 1 further year. 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 Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Restricted procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.1)Previous publication concerning this procedure Notice number in the OJ S: [9]2017/S 241-500487 IV.2.8)Information about termination of dynamic purchasing system IV.2.9)Information about termination of call for competition in the form of a prior information notice Section V: Award of contract A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 02/08/2019 V.2.2)Information about tenders Number of tenders received: 4 The contract has been awarded to a group of economic operators: no V.2.3)Name and address of the contractor Official name: Stephen Tyrrell t/a TEC Security Postal address: 1st Floor, The Mill Town: Johnstown, Naas, Co. Kildare NUTS code: IE061 Country: Ireland The contractor is an SME: yes V.2.4)Information on value of the contract/lot (excluding VAT) Total value of the contract/lot: 600 000.00 EUR V.2.5)Information about subcontracting Section VI: Complementary information VI.3)Additional information: 1) Dublin City Council is subject to the provisions of the Freedom of Information Act (FOI) 2014. If you consider that any of the information supplied by you is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for the sensitivity specified. In such cases, the relevant material, will in response to the FOI request; be examined in the light of the exemptions provided for in the Act; 2) It will be a condition for the award of any contract by Dublin City Council that the successful tenderer and all sub-contractors (if applicable) produce a valid Tax Clearance Certificate from the Revenue Commissioners in compliance with Circular (43) 2006 (or as amended) and that the certificate will be maintained for the duration of the contract and will be on a 12 month basis. In the case of a non-resident tenderer, a statement of suitability from the Revenue Commissioners will be required; 3) Suppliers must register their interest on the eTenders web site ([10]www.etenders.gov.ie) in order to be included on the mailing list for clarifications; 4) 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; 5) Please note also that all information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ([11]www.etenders.gov.ie) only. Registration is free of charge. Dublin City Council will not accept responsibility for information relayed (or not relayed) via third parties; 6) The framework agreement is primarily for use by the Environment and Transportation Department, but may also be extended for use by other divisions of Dublin City Council as requirements arise; 7) Emailed/faxed/late tenders will not be accepted. Tenderers are asked to include a return address on the packaging; 8) Tenders may be submitted in English or in the Irish language; 9) Please note that OJEU contracts are covered by the Government Procurement Agreement (GPA); 10) Appeals procedure: The body to whom appeals should be addressed is The High Court, Four Courts, Inns Quay, Dublin 7; 11) All queries regarding this tender must be emailed to [12]bernie.lillis@dublincity.ie for the attention of Bernie Lillis. Queries must be in question format and must be submitted by email. Responses will be circulated to those candidates/tenderers that have registered an interest in this notice on the Irish Government procurement opportunities portal [13]www.etenders.gov.ie. The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12.00 noon on 24.1.2018 to enable issue of responses to all interested parties. Please note that where documents are made available in both PDF and Word format, in the event that there is any discrepancy between the documents, the PDF version will take precedence. VI.4)Procedures for review VI.4.1)Review body Official name: High Court, Chief Registrar Postal address: The Four Courts Town: Inns Quay Postal code: Dublin 7 Country: Ireland E-mail: [14]highcourtcentraloffice@courts.ie Telephone: +441 8886000 VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 29/01/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de