1. Buyer
1.1.
Buyer
Official name: Grangegorman Development Agency_564
Legal type of the buyer: Local authority
Activity of the contracting authority: General public services
2. Procedure
2.1.
Procedure
Title: Request for Tenders for appointment to a Multi-Party Framework Agreement for the provision of Technical Consultancy Services
Description: The FET College Major Capital Programme (FCMCP) is the primary focus of the Framework and Competition. It is anticipated that services drawn down from the Framework will, primarily, relate to the FET College Major Capital Programme, allowing for the provision of services from an Integrated Design Team (the IDT) with respect to the twelve (12) projects under the FET College Major Capital Programme (FCMCP). The provision of services, as required on an individual and ad-hoc basis by a Contracting Authority, which are ancillary or related to the delivery of one of the twelve (12) projects under the FCMCP (the Related Services). The Framework Owner and Framework Users may also make appointments within the remit of the Framework to support their own mandate outside of the current FCMCP. This will allow for the following: technical, design, delivery, consultancy and advisory services (the Supplementary Services) and the provision of services from an IDT with respect of Capital Project Delivery of buildings and facilities of a similar scale than those currently described as part of the FCMCP. The FCMCP involves the development of purpose-designed Further Education and Training facilities (buildings) in 12 of the 16 Education and Training Board (ETB) areas throughout the country. The FET College Major Capital Programme (FCMCP) is a major, multi-year investment initiative designed to modernise and transform the Further Education and Training (FET) sector. The programme, as part of a new operational model for FET, aims to shift towards a portfolio of consolidated, high-quality, and sustainable FET Colleges that will support an inclusive and inspiring learning environment using sustainable design and construction approaches. The Applications for this competition consist of four Principal Consultants (Architecture and Team Lead, Civil and Structural Engineer, Mechanical and Electrical Engineer, Quantity Surveyor) established as part of this Framework. Please refer to Procurement Documentation (Programme Information Memorandum) for full description of Services that are to be included within the Principal Consultants Service.
Procedure identifier: f2bcc108-9638-4f9d-9dd0-a13b97af7eac
Type of procedure: Open
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 71250000 Architectural, engineering and surveying services
Additional classification (cpv): 71333000 Mechanical engineering services, 71334000 Mechanical and electrical engineering services, 71315210 Building services consultancy services, 79415200 Design consultancy services, 71311000 Civil engineering consultancy services, 71530000 Construction consultancy services, 71312000 Structural engineering consultancy services, 71220000 Architectural design services, 71221000 Architectural services for buildings, 71320000 Engineering design services, 71322000 Engineering design services for the construction of civil engineering works, 71210000 Advisory architectural services, 71318000 Advisory and consultative engineering services, 71251000 Architectural and building-surveying services, 71250000 Architectural, engineering and surveying services
2.1.2.
Place of performance
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
2.1.3.
Value
Estimated value excluding VAT: 200 000 000,00 EUR
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: LOT-0001
Title: Request for Tenders for appointment to a Multi-Party Framework Agreement for the provision of Technical Consultancy Services
Description: The FET College Major Capital Programme (FCMCP) is the primary focus of the Framework and Competition. It is anticipated that services drawn down from the Framework will, primarily, relate to the FET College Major Capital Programme, allowing for the provision of services from an Integrated Design Team (the IDT) with respect to the twelve (12) projects under the FET College Major Capital Programme (FCMCP). The provision of services, as required on an individual and ad-hoc basis by a Contracting Authority, which are ancillary or related to the delivery of one of the twelve (12) projects under the FCMCP (the Related Services). The Framework Owner and Framework Users may also make appointments within the remit of the Framework to support their own mandate outside of the current FCMCP. This will allow for the following: technical, design, delivery, consultancy and advisory services (the Supplementary Services) and the provision of services from an IDT with respect of Capital Project Delivery of buildings and facilities of a similar scale than those currently described as part of the FCMCP. The FCMCP involves the development of purpose-designed Further Education and Training facilities (buildings) in 12 of the 16 Education and Training Board (ETB) areas throughout the country. The FET College Major Capital Programme (FCMCP) is a major, multi-year investment initiative designed to modernise and transform the Further Education and Training (FET) sector. The programme, as part of a new operational model for FET, aims to shift towards a portfolio of consolidated, high-quality, and sustainable FET Colleges that will support an inclusive and inspiring learning environment using sustainable design and construction approaches. The Applications for this competition consist of four Principal Consultants (Architecture and Team Lead, Civil and Structural Engineer, Mechanical and Electrical Engineer, Quantity Surveyor) established as part of this Framework. Please refer to Procurement Documentation (Programme Information Memorandum) for full description of Services that are to be included within the Principal Consultants Service.
Internal identifier: 0
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 71250000 Architectural, engineering and surveying services
Additional classification (cpv): 71333000 Mechanical engineering services, 71334000 Mechanical and electrical engineering services, 71315210 Building services consultancy services, 79415200 Design consultancy services, 71311000 Civil engineering consultancy services, 71530000 Construction consultancy services, 71312000 Structural engineering consultancy services, 71220000 Architectural design services, 71221000 Architectural services for buildings, 71320000 Engineering design services, 71322000 Engineering design services for the construction of civil engineering works, 71210000 Advisory architectural services, 71318000 Advisory and consultative engineering services, 71251000 Architectural and building-surveying services, 71250000 Architectural, engineering and surveying services
5.1.2.
Place of performance
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
5.1.3.
Estimated duration
Duration: 72 Months
5.1.5.
Value
Estimated value excluding VAT: 200 000 000,00 EUR
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: Reduction of environmental impacts
Description: Aim of strategic procurement: Fulfilment of national objectives in relation to the delivery of Further Education and Training in the Republic of Ireland. Approach to reducing environmental impacts: Green Public Procurement criteria included at selection and award stages.
Approach to reducing environmental impacts: Other
Green Procurement Criteria: EU Green Public Procurement criteria
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: 18/05/2026 00:00:00 (UTC+01:00) Central European Time, Western European Summer Time
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: 29/05/2026 00:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid: 720 Days
Information about public opening:
Opening date: 29/05/2026 00:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: No
Electronic invoicing: Allowed
Electronic ordering will be used: no
Electronic payment will be used: no
5.1.15.
Techniques
Framework agreement:
Framework agreement, without reopening of competition
Maximum number of participants: 6
Justification for the duration of the framework agreement: Long term project
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: Grangegorman Development Agency_564
Organisation providing more information on the review procedures: The High Court of Ireland
Organisation receiving requests to participate: Grangegorman Development Agency_564
Organisation processing tenders: Grangegorman Development Agency_564
8. Organisations
8.1.
ORG-0001
Official name: Grangegorman Development Agency_564
Registration number: 9656739 V
Postal address: 191/193A North Circular Road
Town: Dublin 7
Postcode: D07EWV4
Country subdivision (NUTS): Dublin (IE061)
Country: Ireland
Telephone: 0874901157
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 identifier/version: 254e9ca1-343a-48fa-b090-0bd9fb85d9cc - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 28/04/2026 16:11:51 (UTC+01:00) Central European Time, Western European Summer Time
Languages in which this notice is officially available: English
Notice publication number: 297602-2026
OJ S issue number: 84/2026
Publication date: 30/04/2026