Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multi Party Framework Agreement for Architect Led Integrated Multi-Disciplinary Consultancy Services in relation to Minor Housing Works of project values less than €800,000
Reference number: TCC001438E
II.1.2)Main CPV code71200000 Architectural and related services
II.1.3)Type of contractServices
II.1.4)Short description:
Multi Party Framework Agreement for Architect Led Integrated Multi-Disciplinary Consultancy Services in relation to Minor Housing Works of project values less than €800,000
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71311000 Civil engineering consultancy services
71312000 Structural engineering consultancy services
71324000 Quantity surveying services
71334000 Mechanical and electrical engineering services
II.2.3)Place of performanceNUTS code: IE051 Mid-West
II.2.4)Description of the procurement:
Multi Party Framework Agreement for Architect Led Integrated Multi-Disciplinary Consultancy Services in relation to Minor Housing Works of project values less than €800,000
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
Framework will be established initially for 24 months with the option to extend for a further 24months (max duration of 4yr.)
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 10
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Please consult the RFT documentation for this competition. RFT 215908
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please consult the RFT documentation for this competition. RFT 215908
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/07/2022
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court
Postal address: Chief Registrar, The Four Courts
Town: Dublin
Postal code: 7
Country: Ireland
E-mail:
highcourtcentraloffice@courts.ieTelephone: +353 18886000
VI.5)Date of dispatch of this notice:17/06/2022