The Contract provides for the provision of General Services Contract for the Shannon Region

The areas covered/locations are listed below under the requirements for each service. These locations may change during the term of the contract. The successful contractor will have to provide their own local depots. All costs to provide transport, equipment etc for each sub contract are deemed to be included in …

CPV: 31625000 Alarmy przeciwpożarowe, 31625100 Systemy wykrywania ognia, 31625200 Systemy przeciwpożarowe, 31625300 Alarmy antywłamaniowe, 42512000 Układy konfekcjonowania powietrza, 44480000 Różny sprzęt gaśniczy, 45343210 Instalowanie sprzętu gaśniczego CO2, 50750000 Usługi w zakresie konserwacji wind, 75110000 Usługi administracji ogólnej, 75241000 Usługi w zakresie bezpieczeństwa publicznego, 79710000 Usługi ochroniarskie, 79711000 Usługi nadzoru przy użyciu alarmu, 90513000 Usługi obróbki i usuwania odpadów, które nie są niebezpieczne, 90900000 Usługi w zakresie sprzątania i odkażania, 90910000 Usługi sprzątania, 90911300 Usługi czyszczenia okien, 90919200 Usługi sprzątania biur, 90922000 Usługi zwalczania szkodników
Miejsce wykonania:
The Contract provides for the provision of General Services Contract for the Shannon Region
Miejsce udzielenia zamówienia:
Shannon Commercial Enterprises DAC (SCE)
Numer nagrody:
0

1. Buyer

1.1 Buyer

Official name : Shannon Commercial Enterprises DAC (SCE)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : The Contract provides for the provision of General Services Contract for the Shannon Region
Description : The areas covered/locations are listed below under the requirements for each service. These locations may change during the term of the contract. The successful contractor will have to provide their own local depots. All costs to provide transport, equipment etc for each sub contract are deemed to be included in the contract price.
Procedure identifier : ac5453e2-fbde-4e43-899d-0a76009b054c
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 : Services
Main classification ( cpv ): 75110000 General public services
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911300 Window-cleaning services
Additional classification ( cpv ): 90919200 Office cleaning services
Additional classification ( cpv ): 75241000 Public security services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 42512000 Air-conditioning installations
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 44480000 Miscellaneous fire-protection equipment
Additional classification ( cpv ): 45343210 CO2 fire-extinguishing equipment installation work
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625300 Burglar-alarm systems

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : The Contract provides for the provision of General Services Contract for the Shannon Region
Description : The areas covered/locations are listed below under the requirements for each service. These locations may change during the term of the contract. The successful contractor will have to provide their own local depots. All costs to provide transport, equipment etc for each sub contract are deemed to be included in the contract price.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 75110000 General public services
Additional classification ( cpv ): 90900000 Cleaning and sanitation services
Additional classification ( cpv ): 90910000 Cleaning services
Additional classification ( cpv ): 90911300 Window-cleaning services
Additional classification ( cpv ): 90919200 Office cleaning services
Additional classification ( cpv ): 75241000 Public security services
Additional classification ( cpv ): 79710000 Security services
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 42512000 Air-conditioning installations
Additional classification ( cpv ): 90513000 Non-hazardous refuse and waste treatment and disposal services
Additional classification ( cpv ): 90922000 Pest-control services
Additional classification ( cpv ): 79711000 Alarm-monitoring services
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 44480000 Miscellaneous fire-protection equipment
Additional classification ( cpv ): 45343210 CO2 fire-extinguishing equipment installation work
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625300 Burglar-alarm systems

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 600 000 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 : Price
Name :
Description : Price 70%
Criterion :
Type : Quality
Name :
Description : Quality 30%
Description of the method to be used if weighting cannot be expressed by criteria : Percentage
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 0

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : 0
Organisation providing offline access to the procurement documents : Shannon Commercial Enterprises DAC (SCE) -

6. Results

Value of all contracts awarded in this notice : 600 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : K-Mac Facilities Management Services
Tender :
Tender identifier : 000024731
Identifier of lot or group of lots : LOT-0001
Value of the tender : 1 959 869,61 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 419444
Date on which the winner was chosen : 17/10/2023
Date of the conclusion of the contract : 01/01/2024

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Shannon Commercial Enterprises DAC (SCE)
Registration number : 17351
Postal address : Universal House, Shannon Free Zone, Shannon, Co. Clare
Town : Shannon
Postcode : V14 EE06
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 061712113
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : K-Mac Facilities Management Services
Registration number : 428477
Town : Shannon
Postcode : V14 Fp57
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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 : 53f85976-ab66-4758-bc36-dac97e50240d - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 14/05/2025 10:26 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00313816-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025