BE3149F - RFT to Establish a Single Supplier Framework Agreement for the Supply and Delivery of Door Cylinders, Padlocks and Replacement Keys for Existing Cylinders for the University of Limerick (UL)

The University of Limerick (UL) is seeking a reputable producer of quality Master key Cylinder Suites to replace the outgoing system currently in place in the University. The existing UL Master Key System is structured as follows; 1. Two separate Master Key Suiting Systems are provided 2. System 1 is …

CPV: 44520000 Slēdzenes, atslēgas un eņģes, 44521000 Dažādas piekaramās atslēgas un slēdzenes, 44521100 Slēdzenes, 44521110 Durvju slēdzenes, 44521120 Elektroniskas drošības slēdzenes, 44521130 Pastiprinātas drošības slēdzenes, 44521210 Piekaramās atslēgas
Izpildes vieta:
BE3149F - RFT to Establish a Single Supplier Framework Agreement for the Supply and Delivery of Door Cylinders, Padlocks and Replacement Keys for Existing Cylinders for the University of Limerick (UL)
Piešķīrēja iestāde:
Education Procurement Service (EPS)
Piešķīruma numurs:
0

1. Buyer

1.1 Buyer

Official name : Education Procurement Service (EPS)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : BE3149F - RFT to Establish a Single Supplier Framework Agreement for the Supply and Delivery of Door Cylinders, Padlocks and Replacement Keys for Existing Cylinders for the University of Limerick (UL)
Description : The University of Limerick (UL) is seeking a reputable producer of quality Master key Cylinder Suites to replace the outgoing system currently in place in the University. The existing UL Master Key System is structured as follows; 1. Two separate Master Key Suiting Systems are provided 2. System 1 is designed to meet the Master Lock Suiting System for all new buildings. Please see Figure 1: System 1 Proposed Master Key System. 3. System 2 is designed to potentially replace a legacy Master Key Suiting System that is no longer covered by a patent. Please see Figure 2: System 2 Proposed Master Key System. 4. The selected new supplier MUST be able to demonstrate a proven track record in the provision of complex master key suiting systems and demonstrate a capability to meet UL’s master key suiting requirements (Cylinders, Padlocks and Keys) for up to 20 years into the future, without changing the Master Suite. System 1: • A Master Key hierarchy of at least 4 levels consisting of. o A Grand Master key capable of operating all cylinders on the suiting system o A MINIMUM OF 25 (A–Y) separate Building Master suites all of which can be operated with the Grand Master Key o Each Building Master will have a minimum of 9 Sub Master Suites o At least 4 of these Sub Suites will have 100 differs with the remainder having at least 25 differs before any keys are repeated. System 2: • A Master Suite hierarchy of at least 3 levels, consisting of Master Key, Sub Master Key and Individual Differs: o The system should be capable of supporting at least 20 (A–T) different Sub Master Suites all of which can be operated with the Master Key. o One of the Sub Master Suites MUST be capable of accommodating at least 500 individual Cylinders to differ before a repeat. o Each of the other Sub Master Suites MUST be capable of accommodating at least 100 Cylinder differs each before any repeats. o As a minimum, the chosen replacement Master Key System/supplier MUST be able to at least match the hierarchy, complexity and range of Master, Sub Masters and differs as outlined above. o While the bulk of Cylinders etc. in replacement system will primarily be Euro Profile, the Master Key System MUST be capable of extending to a range of other products such as oval Cylinders, Rim Locks, Padlocks etc. The chosen supplier MUST specify the range of products that will be available on the proposed system o The chosen Master Key System needs to have sufficient differs under Master to guarantee that there will be no cross keying possible.
Procedure identifier : cdef7b98-56a7-4688-91fd-98dafed306ed
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521000 Miscellaneous padlocks and locks
Additional classification ( cpv ): 44521100 Locks
Additional classification ( cpv ): 44521110 Door locks
Additional classification ( cpv ): 44521120 Electronic security lock
Additional classification ( cpv ): 44521130 Enhanced security lock
Additional classification ( cpv ): 44521210 Padlocks

2.1.2 Place of performance

Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 475 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : BE3149F - RFT to Establish a Single Supplier Framework Agreement for the Supply and Delivery of Door Cylinders, Padlocks and Replacement Keys for Existing Cylinders for the University of Limerick (UL)
Description : The University of Limerick (UL) is seeking a reputable producer of quality Master key Cylinder Suites to replace the outgoing system currently in place in the University. The existing UL Master Key System is structured as follows; 1. Two separate Master Key Suiting Systems are provided 2. System 1 is designed to meet the Master Lock Suiting System for all new buildings. Please see Figure 1: System 1 Proposed Master Key System. 3. System 2 is designed to potentially replace a legacy Master Key Suiting System that is no longer covered by a patent. Please see Figure 2: System 2 Proposed Master Key System. 4. The selected new supplier MUST be able to demonstrate a proven track record in the provision of complex master key suiting systems and demonstrate a capability to meet UL’s master key suiting requirements (Cylinders, Padlocks and Keys) for up to 20 years into the future, without changing the Master Suite. System 1: • A Master Key hierarchy of at least 4 levels consisting of. o A Grand Master key capable of operating all cylinders on the suiting system o A MINIMUM OF 25 (A–Y) separate Building Master suites all of which can be operated with the Grand Master Key o Each Building Master will have a minimum of 9 Sub Master Suites o At least 4 of these Sub Suites will have 100 differs with the remainder having at least 25 differs before any keys are repeated. System 2: • A Master Suite hierarchy of at least 3 levels, consisting of Master Key, Sub Master Key and Individual Differs: o The system should be capable of supporting at least 20 (A–T) different Sub Master Suites all of which can be operated with the Master Key. o One of the Sub Master Suites MUST be capable of accommodating at least 500 individual Cylinders to differ before a repeat. o Each of the other Sub Master Suites MUST be capable of accommodating at least 100 Cylinder differs each before any repeats. o As a minimum, the chosen replacement Master Key System/supplier MUST be able to at least match the hierarchy, complexity and range of Master, Sub Masters and differs as outlined above. o While the bulk of Cylinders etc. in replacement system will primarily be Euro Profile, the Master Key System MUST be capable of extending to a range of other products such as oval Cylinders, Rim Locks, Padlocks etc. The chosen supplier MUST specify the range of products that will be available on the proposed system o The chosen Master Key System needs to have sufficient differs under Master to guarantee that there will be no cross keying possible.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44520000 Locks, keys and hinges
Additional classification ( cpv ): 44521000 Miscellaneous padlocks and locks
Additional classification ( cpv ): 44521100 Locks
Additional classification ( cpv ): 44521110 Door locks
Additional classification ( cpv ): 44521120 Electronic security lock
Additional classification ( cpv ): 44521130 Enhanced security lock
Additional classification ( cpv ): 44521210 Padlocks

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 475 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Quality @ 80%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Cost
Name :
Description : Cost @ 20%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Please see RFT documents

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 -
Information about review deadlines : Please see RFT documents
Organisation providing offline access to the procurement documents : Education Procurement Service (EPS) -

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 5

8. Organisations

8.1 ORG-0001

Official name : Education Procurement Service (EPS)
Registration number : IE 6609370 G
Postal address : Castletroy Limerick
Town : Limerick
Postcode : V94 DK53
Country subdivision (NUTS) : Mid-West ( IE051 )
Country : Ireland
Telephone : 061233715
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

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

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

11. Notice information

11.1 Notice information

Notice identifier/version : 781e9e15-32a4-4ad1-99db-c666c2b10c3a - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/04/2025 16:42 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00224921-2025
OJ S issue number : 69/2025
Publication date : 08/04/2025