CFT 3755 - Single Party Framework for Professional Multi-Disciplinary Consultancy Services for Grange Castle Business Parks and Related Infrastructure Projects

The scope of the Framework will comprise of Technical Consultancy services to provide some or all stages including Preliminary Design, Planning, Detailed design, Tender action, Supervision and Management of Construction and handover stages, including PSDP services for Grange Castle Business Parks. (‘The Framework’) There will also be requirement for Supervision …

CPV: 71310000 Consultative engineering and construction services, 71311000 Civil engineering consultancy services, 71312000 Structural engineering consultancy services, 71313000 Environmental engineering consultancy services, 71317210 Health and safety consultancy services, 71520000 Construction supervision services
Deadline:
April 2, 2025, midnight
Deadline type:
Submitting a bid
Place of execution:
CFT 3755 - Single Party Framework for Professional Multi-Disciplinary Consultancy Services for Grange Castle Business Parks and Related Infrastructure Projects
Awarding body:
South Dublin County Council
Award number:
0

1. Buyer

1.1 Buyer

Official name : South Dublin County Council
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : CFT 3755 - Single Party Framework for Professional Multi-Disciplinary Consultancy Services for Grange Castle Business Parks and Related Infrastructure Projects
Description : The scope of the Framework will comprise of Technical Consultancy services to provide some or all stages including Preliminary Design, Planning, Detailed design, Tender action, Supervision and Management of Construction and handover stages, including PSDP services for Grange Castle Business Parks. (‘The Framework’) There will also be requirement for Supervision of 3rd Party contracts impacting on the Business Park Common areas and Input into the design, location and construction of any future arts features in the parks. Framework clients are Contracting Authorities who may participate in this Framework and are listed below: • South Dublin County Council • Grange Castle Facilities Management Ltd (Registered Offices: c/o Corporate Services Department, County Hall, Town Centre, Tallaght, Dublin 24)
Procedure identifier : 6cc6e18c-91e4-4cf3-a568-993743e7d3e8
Type of procedure : Open
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 ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71520000 Construction supervision services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 1 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : CFT 3755 - Single Party Framework for Professional Multi-Disciplinary Consultancy Services for Grange Castle Business Parks and Related Infrastructure Projects
Description : The scope of the Framework will comprise of Technical Consultancy services to provide some or all stages including Preliminary Design, Planning, Detailed design, Tender action, Supervision and Management of Construction and handover stages, including PSDP services for Grange Castle Business Parks. (‘The Framework’) There will also be requirement for Supervision of 3rd Party contracts impacting on the Business Park Common areas and Input into the design, location and construction of any future arts features in the parks. Framework clients are Contracting Authorities who may participate in this Framework and are listed below: • South Dublin County Council • Grange Castle Facilities Management Ltd (Registered Offices: c/o Corporate Services Department, County Hall, Town Centre, Tallaght, Dublin 24)
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71520000 Construction supervision 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 : 1 500 000 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 : Reduction of environmental impacts
Description : Award Criteria - Candidates shall identify and discuss how they propose to ensure the principles of the 'Green Public Procurement Strategy and Action Plan 2024-2027' are implemented during the detailed design, construction and operation phase of this project to reduce overall environmental impact. Candidates shall provide evidence of how they ensured the principles of "Green Public Procurement" were adhered to on a recent project they completed.
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : EU Green Public Procurement criteria

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 : 02/04/2025 00:00 +00:00
Deadline until which the tender must remain valid : 365 Day
Information about public opening :
Opening date : 02/04/2025 00:30 +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

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : South Dublin County Council -
Organisation providing more information on the review procedures : South Dublin County Council -
Organisation receiving requests to participate : South Dublin County Council -
Organisation processing tenders : South Dublin County Council -

8. Organisations

8.1 ORG-0001

Official name : South Dublin County Council
Registration number : 9509808P
Postal address : County Hall, Tallaght, Dublin 24, D24 YNN5
Town : Dublin
Postcode : D24 YNN5
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +3531 4149320
Internet address : https://www.sdcc.ie
Buyer profile : https://www.sdcc.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

10. Change

Version of the previous notice to be changed : e2ea8c60-5284-483c-a7be-b390b3d045b6-01
Main reason for change : Information updated
Notice information
Notice identifier/version : 6033e8bb-61cc-415e-b2b4-176d0806ebe0 - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 07/03/2025 14:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00157469-2025
OJ S issue number : 49/2025
Publication date : 11/03/2025