SI-2513 Sport Ireland Management and Technical Consultancy Services Framework

This RFT is to invite proposals from suitably qualified services providers to provide a range of Management and Technical Consultancy Services directly to Sport Ireland and Sport Ireland Facilities DAC. A list of services to be required can be found in section 2 of the RFT document This RFT is …

CPV: 71311200 Rådgivning i forbindelse med transportsystemer, 71311210 Rådgivning i forbindelse med hovedveje, 71311300 Rådgivning i forbindelse med infrastruktur, 71314300 Rådgivning i forbindelse med energiudnyttelsesgrad, 71315200 Konsulentvirksomhed i forbindelse med byggeri, 71315210 Rådgivning i forbindelse med bygningsteknik, 71530000 Rådgivning i forbindelse med byggeri, 71621000 Tekniske undersøgelser eller rådgivning, 72220000 Konsulentvirksomhed i forbindelse med systemer og teknik, 72221000 Konsulentvirksomhed i forbindelse med forretningsanalyser, 72224000 Konsulentvirksomhed i forbindelse med projektstyring, 73220000 Konsulentvirksomhed inden for udvikling, 79411000 Almindelig virksomhedsrådgivning, 79411100 Rådgivning i forbindelse med virksomhedsudvikling, 79415200 Konsulentvirksomhed i forbindelse med design, 79418000 Rådgivning vedrørende indkøb, 79419000 Evalueringsrådgivningstjenester, 90713000 Rådgivning i forbindelse med miljøspørgsmål
Frist:
17. juni 2025 12:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
SI-2513 Sport Ireland Management and Technical Consultancy Services Framework
Tildelende organ:
Sport Ireland
Tildelingsnummer:
0

1. Buyer

1.1 Buyer

Official name : Sport Ireland
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : SI-2513 Sport Ireland Management and Technical Consultancy Services Framework
Description : This RFT is to invite proposals from suitably qualified services providers to provide a range of Management and Technical Consultancy Services directly to Sport Ireland and Sport Ireland Facilities DAC. A list of services to be required can be found in section 2 of the RFT document
Procedure identifier : bfd381c3-f735-4b22-843c-3028207ce6d2
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 ): 73220000 Development consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 4 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : SI-2513 Sport Ireland Management and Technical Consultancy Services Framework
Description : This RFT is to invite proposals from suitably qualified services providers to provide a range of Management and Technical Consultancy Services directly to Sport Ireland and Sport Ireland Facilities DAC. A list of services to be required can be found in section 2 of the RFT document
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Euro
Maximum value of the framework agreement : 4 000 000 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 : Not allowed
Deadline for receipt of tenders : 17/06/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/06/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
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 : 30
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 : In line with Public Procurement guidelines
Organisation providing offline access to the procurement documents : Sport Ireland -
Organisation receiving requests to participate : Sport Ireland -
Organisation processing tenders : Sport Ireland -

8. Organisations

8.1 ORG-0001

Official name : Sport Ireland
Registration number : Sport Ireland
Town : Blanchardstown
Postcode : D15PN0N
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018806600
Buyer profile : www.sportireland.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 : b756c532-fedb-4f52-a5e8-b6981938b9e2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/05/2025 17:12 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00313888-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025