Devolved Schools Building Programme 2 – Phase 2 Design & Build Contractor Framework

The National Treasury Management Agency (describing itself as the National Development Finance Agency) (“NDFA”), as agent for and on behalf of the Department of Education (“DoE”), gives notice of its intention to establish a framework of Design and Build (“D&B”) Contractors to support the delivery of the Devolved Schools Building …

CPV: 45000000 Construction work, 45210000 Building construction work, 45214200 Construction work for school buildings, 71000000 Architectural, construction, engineering and inspection services, 71500000 Construction-related services
Place of execution:
Devolved Schools Building Programme 2 – Phase 2 Design & Build Contractor Framework
Awarding body:
National Development Finance Agency
Award number:

1. Buyer

1.1 Buyer

Official name : National Development Finance Agency
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Devolved Schools Building Programme 2 – Phase 2 Design & Build Contractor Framework
Description : The National Treasury Management Agency (describing itself as the National Development Finance Agency) (“NDFA”), as agent for and on behalf of the Department of Education (“DoE”), gives notice of its intention to establish a framework of Design and Build (“D&B”) Contractors to support the delivery of the Devolved Schools Building Programme 2 (“DSBP2”). The DSBP2 is the second programme of exchequer funded school building projects to be devolved to the NDFA. The DSBP2 comprises school building projects ranging from new build, replacement, refurbishment and extensions to primary, post primary and special schools. The NDFA previously established a D&B contractor framework (“Phase 1 Framework”) to support the delivery of the first phase of DSBP2 schools. The NDFA intends to establish a new D&B contractor framework (“Phase 2 Framework”) by way of a two-stage restricted procedure. It is envisaged that the Phase 2 Framework may also be used by the Department of Education to deliver school buildings. The NDFA intends to issue a contract notice in Q2 2025 inviting interested parties to submit evidence of their suitability. The NDFA intends that the Phase 2 Framework will be established and that mini competitions will be conducted under the Phase 2 Framework with the successful framework participant awarded a call-off contract in the form of the Public Works Contract (Building Works design by the Contractor (PW-CF2)) available at https://constructionprocurement.gov.ie. The NDFA reserves the right to amend, alter or vary the information contained within this notice.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45214200 Construction work for school buildings
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71500000 Construction-related services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 950 000 000 Euro

2.1.4 General information

Additional information : The Phase 2 Framework will include the delivery of schools at various locations throughout Ireland. The schools are intended to be delivered in bundles or lots of approximately 1-6 schools. The NDFA reserves the right to revise the bundling strategy or to reduce or add further and/or substitute schools. The Phase 2 Framework may also be used by the Department of Education and the figure included in Section 2.1.3 – Estimated Value includes provision in this regard. This Estimated Value figure is an estimate only and it is not possible to be definitive regarding the anticipated total value of the framework at this time due to external factors, including without limitation, construction inflation. Accordingly the value of any works contracted pursuant to a resultant Phase 2 Framework may be significantly lower or higher than the estimated figure. A list of the prospective schools will be included with the documentation accompanying the contract notice, however this may be subject to change. The NDFA has appointed technical advisors to provide Project Management and Design Team (“PMDT”) services for the schools currently in the DSBP2 and intends to prepare a specimen design to a level of detail sufficient to secure full planning permission, fire and disability access certification for the schools. Further information in this regard will be published with the documentation accompanying the contract notice. The “Projects” section of the NDFA website https://www.ndfa.ie/projects will be updated from time to time so prospective participants are advised to visit it regularly. Individual market consultation meetings may be arranged with interested parties, in person or via video conference, prior to the publication of the contract notice. Interested parties are invited to express their interest by confirming via email to ntmaprocurement@ndfa.ie . Any enquiries from interested parties must be directed to ntmaprocurement@ndfa.ie . Please note that the information outlined above is indicative only. The NDFA reserves the right to amend, alter or vary the above information when publishing the contract notice and the associated documents, or at any other stage during the tender process.
Legal basis :
Directive 2014/24/EU

3. Part

3.1 Part technical ID : PAR-0001

Title : Devolved Schools Building Programme 2 – Phase 2 Design & Build Contractor Framework
Description : See 2.1 above.

3.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work

3.1.2 Place of performance

Country : Ireland
Anywhere in the given country

3.1.8 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition

3.1.9 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : National Development Finance Agency -
Organisation receiving requests to participate : National Development Finance Agency -
Organisation processing tenders : National Development Finance Agency -

8. Organisations

8.1 ORG-0001

Official name : National Development Finance Agency
Registration number : 0
Postal address : National Treasury Management Agency Treasury Dock North Wall Quay Dublin 1
Town : Dublin
Postcode : D01A9T8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35312384000
Buyer profile : https://www.ndfa.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

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 information
Notice identifier/version : 37055bf8-7562-46ff-a5a4-6fee741c030d - 03
Form type : Planning
Notice type : Prior information notice or a periodic indicative notice used only for information
Notice dispatch date : 12/03/2025 16:50 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00167525-2025
OJ S issue number : 52/2025
Publication date : 14/03/2025
Estimated date of publication of a contract notice within this procedure : 31/03/2025