2024/20 Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting Systems and Related Supplies for Louth and Meath Education and Training Board (LMETB)

Establishment of a Single Party framework agreement (s) for Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting and Fire Integrity Insulation Systems and Related Supplies and Services for Louth and Meath Education and Training Board (LMETB) • Lot 1 - Supply, Installation and Maintenance …

CPV: 24951210 Feuerlöschpulver, 24951220 Feuerlöschmittel, 31518200 Notbeleuchtungsanlagen, 31625000 Einbruchs- und Feuermelder, 31625100 Brandmeldesysteme, 31625200 Brandmeldeanlagen, 31625300 Einbruchmeldeanlagen, 34913700 Leitern für Feuerwehr-Einsatzfahrzeuge, 35111320 Tragbare Feuerlöscher, 35111300 Feuerlöscher, 39525400 Flammenschutzdecken, 44221220 Brandschutztüren, 44482000 Brandschutzvorrichtungen, 44482100 Feuerwehrschläuche, 45343100 Brandschutzarbeiten, 51700000 Installation von Feuerschutzausrüstung, 79993100 Betriebsmittelverwaltung, 92222000 Videoüberwachung (CCTS)
Frist:
3. März 2025 17:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
2024/20 Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting Systems and Related Supplies for Louth and Meath Education and Training Board (LMETB)
Vergabestelle:
Louth and Meath Education and Training Board 1384
Vergabenummer:
1

1. Buyer

1.1 Buyer

Official name : Louth and Meath Education and Training Board 1384
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : 2024/20 Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting Systems and Related Supplies for Louth and Meath Education and Training Board (LMETB)
Description : Establishment of a Single Party framework agreement (s) for Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting and Fire Integrity Insulation Systems and Related Supplies and Services for Louth and Meath Education and Training Board (LMETB) • Lot 1 - Supply, Installation and Maintenance of Portable Fire Equipment (Equipment, Blankets, Stands, etc). • Lot 2 - Maintenance and Servicing of Fire Alarm Systems to include component replacement as required. • Lot 3 – Supply, Maintenance and Servicing of Intruder Alarm and CCTV Security Systems to include component replacement as required. • Lot 4 – Maintenance and Servicing of Emergency Lighting Systems to include component replacement as required. • Lot 5 – Provision of Fire Protection Integrity Insulation as required.
Procedure identifier : 13fb4114-7300-41d5-845c-5deed1e84545
Type of procedure : Restricted
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 ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 44221220 Fire doors
Additional classification ( cpv ): 44482000 Fire-protection devices
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 31518200 Emergency lighting equipment
Additional classification ( cpv ): 24951210 Fire-extinguisher powder
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 35111320 Portable fire-extinguishers
Additional classification ( cpv ): 34913700 Firefighting vehicle ladders
Additional classification ( cpv ): 35111300 Fire extinguishers
Additional classification ( cpv ): 39525400 Fire blankets
Additional classification ( cpv ): 44482100 Fire hoses

2.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 2 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 5
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 5

2.1.6 Grounds for exclusion

Purely national exclusion grounds :

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Supply, Installation and Maintenance of Portable Fire Equipment (Equipment, Blankets, Stands, etc).
Description : Establishment of a Single Party framework agreement (s) for Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting and Fire Integrity Insulation Systems and Related Supplies and Services for Louth and Meath Education and Training Board (LMETB) • Lot 1 - Supply, Installation and Maintenance of Portable Fire Equipment (Equipment, Blankets, Stands, etc). • Lot 2 - Maintenance and Servicing of Fire Alarm Systems to include component replacement as required. • Lot 3 – Supply, Maintenance and Servicing of Intruder Alarm and CCTV Security Systems to include component replacement as required. • Lot 4 – Maintenance and Servicing of Emergency Lighting Systems to include component replacement as required. • Lot 5 – Provision of Fire Protection Integrity Insulation as required.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 44221220 Fire doors
Additional classification ( cpv ): 44482000 Fire-protection devices
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 31518200 Emergency lighting equipment
Additional classification ( cpv ): 24951210 Fire-extinguisher powder
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 35111320 Portable fire-extinguishers
Additional classification ( cpv ): 34913700 Firefighting vehicle ladders
Additional classification ( cpv ): 35111300 Fire extinguishers
Additional classification ( cpv ): 39525400 Fire blankets
Additional classification ( cpv ): 44482100 Fire hoses

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 400 000 Euro
Maximum value of the framework agreement : 400 000 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

5.1.9 Selection criteria

Criterion :
Type : Other
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : Allowed
Deadline for receipt of tenders : 03/03/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Louth and Meath Education and Training Board 1384
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Louth and Meath Education and Training Board 1384
Organisation processing tenders : Louth and Meath Education and Training Board 1384
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0002

Title : Maintenance and Servicing of Fire Alarm Systems
Description : Establishment of a Single Party framework agreement (s) for Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting and Fire Integrity Insulation Systems and Related Supplies and Services for Louth and Meath Education and Training Board (LMETB) • Lot 1 - Supply, Installation and Maintenance of Portable Fire Equipment (Equipment, Blankets, Stands, etc). • Lot 2 - Maintenance and Servicing of Fire Alarm Systems to include component replacement as required. • Lot 3 – Supply, Maintenance and Servicing of Intruder Alarm and CCTV Security Systems to include component replacement as required. • Lot 4 – Maintenance and Servicing of Emergency Lighting Systems to include component replacement as required. • Lot 5 – Provision of Fire Protection Integrity Insulation as required.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 44221220 Fire doors
Additional classification ( cpv ): 44482000 Fire-protection devices
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 31518200 Emergency lighting equipment
Additional classification ( cpv ): 24951210 Fire-extinguisher powder
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 35111320 Portable fire-extinguishers
Additional classification ( cpv ): 34913700 Firefighting vehicle ladders
Additional classification ( cpv ): 35111300 Fire extinguishers
Additional classification ( cpv ): 39525400 Fire blankets
Additional classification ( cpv ): 44482100 Fire hoses

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro
Maximum value of the framework agreement : 600 000 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

5.1.9 Selection criteria

Criterion :
Type : Other
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : Allowed
Deadline for receipt of tenders : 03/03/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Louth and Meath Education and Training Board 1384
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Louth and Meath Education and Training Board 1384
Organisation processing tenders : Louth and Meath Education and Training Board 1384
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0003

Title : Supply, Maintenance and Servicing of Intruder Alarm and CCTV Security Systems
Description : Establishment of a Single Party framework agreement (s) for Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting and Fire Integrity Insulation Systems and Related Supplies and Services for Louth and Meath Education and Training Board (LMETB) • Lot 1 - Supply, Installation and Maintenance of Portable Fire Equipment (Equipment, Blankets, Stands, etc). • Lot 2 - Maintenance and Servicing of Fire Alarm Systems to include component replacement as required. • Lot 3 – Supply, Maintenance and Servicing of Intruder Alarm and CCTV Security Systems to include component replacement as required. • Lot 4 – Maintenance and Servicing of Emergency Lighting Systems to include component replacement as required. • Lot 5 – Provision of Fire Protection Integrity Insulation as required.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 44221220 Fire doors
Additional classification ( cpv ): 44482000 Fire-protection devices
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 31518200 Emergency lighting equipment
Additional classification ( cpv ): 24951210 Fire-extinguisher powder
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 35111320 Portable fire-extinguishers
Additional classification ( cpv ): 34913700 Firefighting vehicle ladders
Additional classification ( cpv ): 35111300 Fire extinguishers
Additional classification ( cpv ): 39525400 Fire blankets
Additional classification ( cpv ): 44482100 Fire hoses

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 720 000 Euro
Maximum value of the framework agreement : 720 000 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

5.1.9 Selection criteria

Criterion :
Type : Other
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : Allowed
Deadline for receipt of tenders : 03/03/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Louth and Meath Education and Training Board 1384
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Louth and Meath Education and Training Board 1384
Organisation processing tenders : Louth and Meath Education and Training Board 1384
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0004

Title : Maintenance and Servicing of Emergency Lighting Systems
Description : Establishment of a Single Party framework agreement (s) for Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting and Fire Integrity Insulation Systems and Related Supplies and Services for Louth and Meath Education and Training Board (LMETB) • Lot 1 - Supply, Installation and Maintenance of Portable Fire Equipment (Equipment, Blankets, Stands, etc). • Lot 2 - Maintenance and Servicing of Fire Alarm Systems to include component replacement as required. • Lot 3 – Supply, Maintenance and Servicing of Intruder Alarm and CCTV Security Systems to include component replacement as required. • Lot 4 – Maintenance and Servicing of Emergency Lighting Systems to include component replacement as required. • Lot 5 – Provision of Fire Protection Integrity Insulation as required.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 44221220 Fire doors
Additional classification ( cpv ): 44482000 Fire-protection devices
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 31518200 Emergency lighting equipment
Additional classification ( cpv ): 24951210 Fire-extinguisher powder
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 35111320 Portable fire-extinguishers
Additional classification ( cpv ): 34913700 Firefighting vehicle ladders
Additional classification ( cpv ): 35111300 Fire extinguishers
Additional classification ( cpv ): 39525400 Fire blankets
Additional classification ( cpv ): 44482100 Fire hoses

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 600 000 Euro
Maximum value of the framework agreement : 600 000 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

5.1.9 Selection criteria

Criterion :
Type : Other
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : Allowed
Deadline for receipt of tenders : 03/03/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Louth and Meath Education and Training Board 1384
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Louth and Meath Education and Training Board 1384
Organisation processing tenders : Louth and Meath Education and Training Board 1384
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0005

Title : Provision of Fire Protection Integrity Insulation
Description : Establishment of a Single Party framework agreement (s) for Provision of Services for the Maintenance of Fire / Intruder Alarm, CCTV, Emergency Lighting and Fire Integrity Insulation Systems and Related Supplies and Services for Louth and Meath Education and Training Board (LMETB) • Lot 1 - Supply, Installation and Maintenance of Portable Fire Equipment (Equipment, Blankets, Stands, etc). • Lot 2 - Maintenance and Servicing of Fire Alarm Systems to include component replacement as required. • Lot 3 – Supply, Maintenance and Servicing of Intruder Alarm and CCTV Security Systems to include component replacement as required. • Lot 4 – Maintenance and Servicing of Emergency Lighting Systems to include component replacement as required. • Lot 5 – Provision of Fire Protection Integrity Insulation as required.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 51700000 Installation services of fire protection equipment
Additional classification ( cpv ): 44221220 Fire doors
Additional classification ( cpv ): 44482000 Fire-protection devices
Additional classification ( cpv ): 45343100 Fireproofing work
Additional classification ( cpv ): 79993100 Facilities management services
Additional classification ( cpv ): 31625000 Burglar and fire alarms
Additional classification ( cpv ): 31625300 Burglar-alarm systems
Additional classification ( cpv ): 92222000 Closed circuit television services
Additional classification ( cpv ): 31518200 Emergency lighting equipment
Additional classification ( cpv ): 24951210 Fire-extinguisher powder
Additional classification ( cpv ): 24951220 Fire-extinguisher agents
Additional classification ( cpv ): 31625100 Fire-detection systems
Additional classification ( cpv ): 31625200 Fire-alarm systems
Additional classification ( cpv ): 35111320 Portable fire-extinguishers
Additional classification ( cpv ): 34913700 Firefighting vehicle ladders
Additional classification ( cpv ): 35111300 Fire extinguishers
Additional classification ( cpv ): 39525400 Fire blankets
Additional classification ( cpv ): 44482100 Fire hoses

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 300 000 Euro
Maximum value of the framework agreement : 300 000 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

5.1.9 Selection criteria

Criterion :
Type : Other
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : Allowed
Deadline for receipt of tenders : 03/03/2025 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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Louth and Meath Education and Training Board 1384
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Louth and Meath Education and Training Board 1384
Organisation processing tenders : Louth and Meath Education and Training Board 1384
TED eSender : European Dynamics S.A.

8. Organisations

8.1 ORG-0001

Official name : Louth and Meath Education and Training Board 1384
Registration number : 3185062nh
Postal address : Abbey Road
Town : Navan
Postcode : C15 N6 7E
Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Telephone : 0469068200
Internet address : https://www.lmetb.ie
Buyer profile : https://www.lmetb.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 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

11. Notice information

11.1 Notice information

Notice identifier/version : 676cdac7-98b8-4ec7-82c8-96c7ce1c5d9b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/01/2025 11:38 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00042017-2025
OJ S issue number : 14/2025
Publication date : 21/01/2025