BE3129F - RFT to Establish a Multi-Supplier Framework Agreement for the Supply, Delivery and Installation of Fitted Furniture for the University of Galway

University of Galway is seeking to establish a Multi-Party Framework Agreement to meet Fitted Furniture requirements. University of Galway has a continuous and ongoing requirement for the supply, delivery and installation of fitted furniture in any or all buildings at various locations under the remit of the University. The University …

CPV: 39000000 Nábytek (včetně kancelářského), zařízení interiéru, domácí spotřebiče (mimo osvětlení) a čisticí prostředky, 39134000 Počítačový nábytek, 39155000 Nábytek pro knihovny, 39153000 Nábytek do konferenčních místností, 39151000 Různý nábytek, 39150000 Různý nábytek a vybavení, 39160000 Školní nábytek
Termín:
23. května 2025 12:00
Typ lhůty:
Podání nabídky
Místo provedení:
BE3129F - RFT to Establish a Multi-Supplier Framework Agreement for the Supply, Delivery and Installation of Fitted Furniture for the University of Galway
Misto zadání:
Education Procurement Service (EPS)
Číslo zakázky:
0

1. Buyer

1.1 Buyer

Official name : Education Procurement Service (EPS)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : BE3129F - RFT to Establish a Multi-Supplier Framework Agreement for the Supply, Delivery and Installation of Fitted Furniture for the University of Galway
Description : University of Galway is seeking to establish a Multi-Party Framework Agreement to meet Fitted Furniture requirements. University of Galway has a continuous and ongoing requirement for the supply, delivery and installation of fitted furniture in any or all buildings at various locations under the remit of the University. The University has more than 120 buildings located throughout Ireland, with c. 90 percent of buildings located on the main campus in Galway City. University of Galway intends to create a multi-party framework consisting of service providers that can supply, deliver and install the following: • Entry-level range fitted furniture – Melamine. • Standard-level range fitted furniture – Laminate. • Executive-level range fitted furniture – Veneer. In each of the three ranges listed above, the framework supplier will also be required to provide the following services as needs arise and/or as requested by the designated Buildings and Estates project manager: • Submit samples for approval by the designated Buildings and Estates project manager. • Integrate appliances (fridge, dishwasher, microwave, etc..) into fitted furniture, when required. • Provide shop drawings showing how the specific fitted furniture proposed by the framework supplier will fit into each particular room or location. • Survey any room, area, unit, or building for the purposes of providing shop drawings, or to assess the need for replacement parts of any piece of existing fitted furniture - includes all existing fitted furniture in the University. • Supply and fit replacement parts, such as desktops, doors, panels, legs, keys, pedestals, etc…. All materials used to fabricate each item of fitted furniture must have a valid 'CE' mark (Conformité Européene) to verify that products conform with all EU directives or EU regulations that apply to it. All fitted furniture and constituent parts shall comply with the relevant requirements of: BS EN 14074: 2004 Office furniture. Tables and desks and storage furniture. Test methods for the determination of strength and durability of moving parts. BS EN 14073-2: 2004 Office furniture. Storage furniture. Safety requirements. BS EN 14073-3: 2004 Office furniture. Storage furniture Test methods for the determination of stability and strength of the structure. BS EN 527-1: 2000 Office furniture. Worktables and desks Dimensions. BS EN 527-2: 2002 Office furniture. Worktables and desks Mechanical safety requirements. UNI EN 527-3: 2003 Office furniture - work tables and desks - methods of test for the determination of the stability and the mechanical strength of the structure.
Procedure identifier : f017d743-cede-45aa-a9c8-e97eb8784b50
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 : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39134000 Computer furniture
Additional classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39160000 School furniture

2.1.2 Place of performance

Country subdivision (NUTS) : West ( IE042 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 800 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : BE3129F - RFT to Establish a Multi-Supplier Framework Agreement for the Supply, Delivery and Installation of Fitted Furniture for the University of Galway
Description : University of Galway is seeking to establish a Multi-Party Framework Agreement to meet Fitted Furniture requirements. University of Galway has a continuous and ongoing requirement for the supply, delivery and installation of fitted furniture in any or all buildings at various locations under the remit of the University. The University has more than 120 buildings located throughout Ireland, with c. 90 percent of buildings located on the main campus in Galway City. University of Galway intends to create a multi-party framework consisting of service providers that can supply, deliver and install the following: • Entry-level range fitted furniture – Melamine. • Standard-level range fitted furniture – Laminate. • Executive-level range fitted furniture – Veneer. In each of the three ranges listed above, the framework supplier will also be required to provide the following services as needs arise and/or as requested by the designated Buildings and Estates project manager: • Submit samples for approval by the designated Buildings and Estates project manager. • Integrate appliances (fridge, dishwasher, microwave, etc..) into fitted furniture, when required. • Provide shop drawings showing how the specific fitted furniture proposed by the framework supplier will fit into each particular room or location. • Survey any room, area, unit, or building for the purposes of providing shop drawings, or to assess the need for replacement parts of any piece of existing fitted furniture - includes all existing fitted furniture in the University. • Supply and fit replacement parts, such as desktops, doors, panels, legs, keys, pedestals, etc…. All materials used to fabricate each item of fitted furniture must have a valid 'CE' mark (Conformité Européene) to verify that products conform with all EU directives or EU regulations that apply to it. All fitted furniture and constituent parts shall comply with the relevant requirements of: BS EN 14074: 2004 Office furniture. Tables and desks and storage furniture. Test methods for the determination of strength and durability of moving parts. BS EN 14073-2: 2004 Office furniture. Storage furniture. Safety requirements. BS EN 14073-3: 2004 Office furniture. Storage furniture Test methods for the determination of stability and strength of the structure. BS EN 527-1: 2000 Office furniture. Worktables and desks Dimensions. BS EN 527-2: 2002 Office furniture. Worktables and desks Mechanical safety requirements. UNI EN 527-3: 2003 Office furniture - work tables and desks - methods of test for the determination of the stability and the mechanical strength of the structure.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39134000 Computer furniture
Additional classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39160000 School furniture

5.1.2 Place of performance

Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 800 000 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

5.1.11 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 : 23/05/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 23/05/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 0
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 -
Information about review deadlines : Please see RFT documents
Organisation providing offline access to the procurement documents : Education Procurement Service (EPS) -
Organisation receiving requests to participate : Education Procurement Service (EPS) -
Organisation processing tenders : Education Procurement Service (EPS) -

8. Organisations

8.1 ORG-0001

Official name : Education Procurement Service (EPS)
Registration number : IE 6609370 G
Postal address : Castletroy Limerick
Town : Limerick
Postcode : V94 DK53
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 061233715
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 : d42e0048-2a33-4997-ad32-7b8804892799 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/04/2025 10:30 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00263868-2025
OJ S issue number : 80/2025
Publication date : 24/04/2025