297602-2026 - Competition
Ireland – Architectural, engineering and surveying services – Request for Tenders for appointment to a Multi-Party Framework Agreement for the provision of Technical Consultancy Services
OJ S 84/2026 30/04/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameGrangegorman Development Agency_564
Emailprocurement@ggda.ie
Legal type of the buyerLocal authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleRequest for Tenders for appointment to a Multi-Party Framework Agreement for the provision of Technical Consultancy Services
DescriptionThe 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 identifierf2bcc108-9638-4f9d-9dd0-a13b97af7eac
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractServices
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)
CountryIreland
2.1.3.
Value
Estimated value excluding VAT200 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 exclusionProcurement Document
5. Lot
5.1.
LotLOT-0001
TitleRequest for Tenders for appointment to a Multi-Party Framework Agreement for the provision of Technical Consultancy Services
DescriptionThe 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 identifier0
5.1.1.
Purpose
Main nature of the contractServices
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)
CountryIreland
5.1.3.
Estimated duration
Duration72 Months
5.1.5.
Value
Estimated value excluding VAT200 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 procurementReduction of environmental impacts
DescriptionAim 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 impactsOther
Green Procurement CriteriaEU Green Public Procurement criteria
5.1.9.
Selection criteria
Sources of selection criteriaProcurement Document
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Languages in which the procurement documents (or their parts) are unofficially availableEnglish
Deadline for requesting additional information18/05/2026 00:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Address of the procurement documentshttps://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=8012249
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=8012249
Languages in which tenders or requests to participate may be submittedEnglish
Electronic catalogueNot allowed
Tenderers may submit more than one tenderNot allowed
Deadline for receipt of tenders29/05/2026 00:00:00 (UTC+01:00) Central European Time, Western European Summer Time
Duration during which the tender must remain valid720 Days
Information about public opening
Opening date29/05/2026 00:30:00 (UTC+01:00) Central European Time, Western European Summer Time
Placehttps://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=8012249
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingAllowed
Electronic ordering will be usedno
Electronic payment will be usedno
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
Maximum number of participants6
Justification for the duration of the framework agreementLong term project
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationThe High Court of Ireland
Organisation providing offline access to the procurement documentsGrangegorman Development Agency_564
Organisation providing more information on the review proceduresThe High Court of Ireland
Organisation receiving requests to participateGrangegorman Development Agency_564
Organisation processing tendersGrangegorman Development Agency_564
8. Organisations
8.1.
ORG-0001
Official nameGrangegorman Development Agency_564
Registration number9656739 V
Postal address191/193A North Circular Road
TownDublin 7
PostcodeD07EWV4
Country subdivision (NUTS)Dublin (IE061)
CountryIreland
Emailprocurement@ggda.ie
Telephone0874901157
Internet addresshttp://www.ggda.ie
Buyer profilehttp://www.ggda.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 nameThe High Court of Ireland
Registration numberThe High Court of Ireland
DepartmentThe High Court of Ireland
Postal addressFour Courts, Inns Quay, Dublin 7
TownDublin
PostcodeD07 WDX8
Country subdivision (NUTS)Dublin (IE061)
CountryIreland
EmailHighCourtCentralOffice@courts.ie
Telephone+353 1 8886000
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
8.1.
ORG-0003
Official nameEuropean Dynamics S.A.
Registration number002024901000
DepartmentEuropean Dynamics S.A.
TownAthens
Postcode15125
Country subdivision (NUTS)Βόρειος Τομέας Αθηνών (EL301)
CountryGreece
Emaileproc-esender@eurodyn.com
Telephone+30 2108094500
Roles of this organisation
TED eSender
Notice information
Notice identifier/version254e9ca1-343a-48fa-b090-0bd9fb85d9cc  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date28/04/2026 16:11:51 (UTC+01:00) Central European Time, Western European Summer Time
Languages in which this notice is officially availableEnglish
Notice publication number297602-2026
OJ S issue number84/2026
Publication date30/04/2026