Operator of the National Emergency Call Answering Service

In advance of the expiration of the current contract for the operation of the Emergency Call Answering Service (ECAS) on 24 November 2025, the Department is undertaking this Procurement for the appointment of a new entity or entities to operate the ECAS. Although the Current Contract is due to expire …

CPV: 64200000 Usługi telekomunikacyjne, 64224000 Usługi telekonferencyjne, 64210000 Usługi telefoniczne i przesyłu danych, 32522000 Sprzęt telekomunikacyjny, 32523000 Urządzenia telekomunikacyjne, 72222300 Usługi w zakresie technologii informacji, 79510000 Usługi telefonicznych automatów zgłoszeniowych, 79511000 Usługi operatorów telefonicznych, 79512000 Centrum obsługi klienta, 64211000 Publiczne usługi telefoniczne, 64211100 Usługi telefonii lokalnej, 64214000 Wyspecjalizowane, branżowe usługi sieci telefonicznych, 64211200 Usługi telefonii międzymiastowej, 64212000 Usługi telefonii komórkowej, 64212100 Usługi przesyłania krótkich komunikatów tekstowych (SMS), 64212200 Usługi rozszerzonego przesyłania komunikatów (EMS), 64212300 Usługi przesyłania komunikatów multimedialnych (MMS), 64213000 Wspólne, branżowe usługi sieci telefonicznych, 64214200 Usługi centrali telefonicznych, 64215000 Usługi telefonii internetowej (IP), 64216000 Elektroniczne usługi przekazywania wiadomości i informacji, 64216100 Elektroniczne usługi przekazywania wiadomości, 64216200 Elektroniczne usługi informacyjne, 64216210 Usługi informacyjne dotyczące wartości dodanej, 64220000 Usługi telekomunikacyjne, z wyjątkiem usług telefonicznych i przesyłu danych, 64221000 Wewnętrzne usługi telekomunikacyjne
Termin:
24 marca 2025 17:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Operator of the National Emergency Call Answering Service
Miejsce udzielenia zamówienia:
Department of the Environment Climate and Communications
Numer nagrody:
0

1. Buyer

1.1 Buyer

Official name : Department of the Environment Climate and Communications
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Operator of the National Emergency Call Answering Service
Description : In advance of the expiration of the current contract for the operation of the Emergency Call Answering Service (ECAS) on 24 November 2025, the Department is undertaking this Procurement for the appointment of a new entity or entities to operate the ECAS. Although the Current Contract is due to expire on 24 November 2025, there are provisions in the Current Contract to allow for the Minister to extend the contract for a further two (2) years. The ECAS is responsible for answering all emergency communications, providing a vital link between the individual contacting the ECAS and the Emergency Services which include Garda, Fire, Ambulance and the Irish Coast Guard (IRCG) or, in emergencies involving aircraft, the Irish Aviation Authority (IAA). Emergency communication is defined in the S.I. No. 444/2022 as communication by means of interpersonal communications services between an end-user and the Public Safety Answering Point (PSAP) with the goal to request and receive emergency relief from emergency services. The role of ECAS is to establish which Emergency Service is being requested and the location of where the Emergency Services are required to attend for the purpose of routing the call to the most appropriate Emergency Services Control centre. Bidders should note that it is anticipated that, during the currency of the within procurement competition, the responsibility for Communications will transfer to another nominated Government Minister in accordance with the Programme for Government 2025. All references to the Contracting Authority shall be deemed to include reference to the relevant minister with responsibility for Communications at the relevant time as the context so requires and admits.
Procedure identifier : fa255bf6-980d-4fae-ac00-6c6cca1bd8a4
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64224000 Teleconferencing services
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 32522000 Telecommunications equipment
Additional classification ( cpv ): 32523000 Telecommunications facilities
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 79510000 Telephone-answering services
Additional classification ( cpv ): 79511000 Telephone operator services
Additional classification ( cpv ): 79512000 Call centre
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64214000 Dedicated-business telephone network services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212000 Mobile-telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64213000 Shared-business telephone network services
Additional classification ( cpv ): 64214200 Telephone switchboard services
Additional classification ( cpv ): 64215000 IP telephone services
Additional classification ( cpv ): 64216000 Electronic message and information services
Additional classification ( cpv ): 64216100 Electronic message services
Additional classification ( cpv ): 64216200 Electronic information services
Additional classification ( cpv ): 64216210 Value-added information services
Additional classification ( cpv ): 64220000 Telecommunication services except telephone and data transmission services
Additional classification ( cpv ): 64221000 Interconnection services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 60 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Operator of the National Emergency Call Answering Service
Description : In advance of the expiration of the current contract for the operation of the Emergency Call Answering Service (ECAS) on 24 November 2025, the Department is undertaking this Procurement for the appointment of a new entity or entities to operate the ECAS. Although the Current Contract is due to expire on 24 November 2025, there are provisions in the Current Contract to allow for the Minister to extend the contract for a further two (2) years. The ECAS is responsible for answering all emergency communications, providing a vital link between the individual contacting the ECAS and the Emergency Services which include Garda, Fire, Ambulance and the Irish Coast Guard (IRCG) or, in emergencies involving aircraft, the Irish Aviation Authority (IAA). Emergency communication is defined in the S.I. No. 444/2022 as communication by means of interpersonal communications services between an end-user and the Public Safety Answering Point (PSAP) with the goal to request and receive emergency relief from emergency services. The role of ECAS is to establish which Emergency Service is being requested and the location of where the Emergency Services are required to attend for the purpose of routing the call to the most appropriate Emergency Services Control centre. Bidders should note that it is anticipated that, during the currency of the within procurement competition, the responsibility for Communications will transfer to another nominated Government Minister in accordance with the Programme for Government 2025. All references to the Contracting Authority shall be deemed to include reference to the relevant minister with responsibility for Communications at the relevant time as the context so requires and admits.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 64200000 Telecommunications services
Additional classification ( cpv ): 64224000 Teleconferencing services
Additional classification ( cpv ): 64210000 Telephone and data transmission services
Additional classification ( cpv ): 32522000 Telecommunications equipment
Additional classification ( cpv ): 32523000 Telecommunications facilities
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 79510000 Telephone-answering services
Additional classification ( cpv ): 79511000 Telephone operator services
Additional classification ( cpv ): 79512000 Call centre
Additional classification ( cpv ): 64211000 Public-telephone services
Additional classification ( cpv ): 64211100 Local telephone services
Additional classification ( cpv ): 64214000 Dedicated-business telephone network services
Additional classification ( cpv ): 64211200 Long distance telephone services
Additional classification ( cpv ): 64212000 Mobile-telephone services
Additional classification ( cpv ): 64212100 Short Message Service (SMS) services
Additional classification ( cpv ): 64212200 Enhanced Messaging Service (EMS) services
Additional classification ( cpv ): 64212300 Multimedia Message Service (MMS) services
Additional classification ( cpv ): 64213000 Shared-business telephone network services
Additional classification ( cpv ): 64214200 Telephone switchboard services
Additional classification ( cpv ): 64215000 IP telephone services
Additional classification ( cpv ): 64216000 Electronic message and information services
Additional classification ( cpv ): 64216100 Electronic message services
Additional classification ( cpv ): 64216200 Electronic information services
Additional classification ( cpv ): 64216210 Value-added information services
Additional classification ( cpv ): 64220000 Telecommunication services except telephone and data transmission services
Additional classification ( cpv ): 64221000 Interconnection services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 60 500 000 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

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

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

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 : 24/03/2025 17:00 +00:00
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 : no
Electronic payment will be used : no

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 -
Organisation providing offline access to the procurement documents : Department of the Environment Climate and Communications -
Organisation providing more information on the review procedures : Department of the Environment Climate and Communications -
Organisation receiving requests to participate : Department of the Environment Climate and Communications -
Organisation processing tenders : Department of the Environment Climate and Communications -

8. Organisations

8.1 ORG-0001

Official name : Department of the Environment Climate and Communications
Registration number : 4002073W
Postal address : Tom Johnson House, Haddington Road
Town : Dublin
Postcode : D04K7X4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 678 2000
Internet address : http://www.decc.gov.ie
Buyer profile : http://www.decc.gov.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

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
Notice information
Notice identifier/version : e612d631-0ef5-4c06-83ed-cecd21f9a42d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/02/2025 18:42 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00116620-2025
OJ S issue number : 37/2025
Publication date : 21/02/2025