Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, and Emergency Lighting Systems and Related Supplies and Services

St. Michael's House wishes to establish a Single Party Framework for the Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, and Emergency Lighting Systems and Related Supplies and Services and wishes to invite suitably qualified economic operators to submit proposals for the provision of these services. …

CPV: 50700000 Usluge popravaka i održavanja instalacija u zgradama, 31625000 Protuprovalni i protupožarni alarmni uređaji, 31625200 Protupožarni alarmni sustavi, 31625300 Protuprovalni alarmni sustavi, 31518200 Oprema za osvjetljavanje u nuždi
rok:
3. studenoga 2025. 17:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, and Emergency Lighting Systems and Related Supplies and Services
registar:
St. Michael's House
nagradni broj:
0

1. Buyer

1.1 Buyer

Official name : St. Michael's House
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, and Emergency Lighting Systems and Related Supplies and Services
Description : St. Michael's House wishes to establish a Single Party Framework for the Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, and Emergency Lighting Systems and Related Supplies and Services and wishes to invite suitably qualified economic operators to submit proposals for the provision of these services. Full details of the requirements are set out in the tender documentation attached to this notice.
Procedure identifier : c8896899-08b2-4a8d-a695-5cce5930f5ae
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 31518200 Emergency lighting equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 700 000 Euro
Maximum value of the framework agreement : 700 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, and Emergency Lighting Systems and Related Supplies and Services
Description : St. Michael's House wishes to establish a Single Party Framework for the Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, and Emergency Lighting Systems and Related Supplies and Services and wishes to invite suitably qualified economic operators to submit proposals for the provision of these services. Full details of the requirements are set out in the tender documentation attached to this notice.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 31518200 Emergency lighting equipment

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 700 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www. using eTenders Resource ID – 6634850 Interested parties must associate etenders.gov.ie their organisation with this competition on the eTenders web site in order to ( www.etenders.gov.ie ) be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the 313082-2025 Page 2/5 2.1.6. 2.1.4. 2.1.3. Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (1) When finalising your tender submission please upload your final response as a ZIP file as individual documents may lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not necessarily imply you have successfully submitted your response. (2) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (3) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (4) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (5) Tenders submitted by any other means (including but not helpdesk@eurodym.com limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (6) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal only. Registration is free of charge. The contracting authority will not accept responsibility for ( www.etenders.gov.ie ) information relayed (or not relayed) via third parties. (7) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal as a specific question. Responses will be circulated to www.etenders.gov. those tenderers that have registered ie an interest in this notice on The details of the person making a query will not be disclosed when circulating the response (8) www.etenders.gov.ie. The Contracting Authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (10) Where applicable, 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. (11) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded at any time.

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 24/10/2025 17:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 03/11/2025 17:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 04/11/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : St. Michael's House
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : St. Michael's House
Organisation processing tenders : St. Michael's House

8. Organisations

8.1 ORG-0001

Official name : St. Michael's House
Registration number : 27628
Postal address : Ballymun Road
Town : Dublin
Postcode : D09 DX37
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35318840200
Internet address : https://www.smh.ie/
Buyer profile : https://www.smh.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : b6cf7cd0-5714-4e95-b959-fa448d8a8272 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/10/2025 15:38 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00653615-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025