Multi Supplier Framework Agreement for the provision of material testing services: National Market Surveillance Strategy for Construction Products: Ireland 2025-2028.

The National Building Control and Market Surveillance Office invites tenders from INAB ISO17025 accredited laboratories for appointment to a Multi Supplier Framework Agreement for the provision of material testing services, including nationwide collection services from economic operator locations to support the Market Surveillance activities of the National Building Control and …

CPV: 71632000 Technische Tests, 71630000 Technische Kontrolle und Tests
Ausführungsort:
Multi Supplier Framework Agreement for the provision of material testing services: National Market Surveillance Strategy for Construction Products: Ireland 2025-2028.
Vergabestelle:
Dublin City Council
Vergabenummer:
0

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Multi Supplier Framework Agreement for the provision of material testing services: National Market Surveillance Strategy for Construction Products: Ireland 2025-2028.
Description : The National Building Control and Market Surveillance Office invites tenders from INAB ISO17025 accredited laboratories for appointment to a Multi Supplier Framework Agreement for the provision of material testing services, including nationwide collection services from economic operator locations to support the Market Surveillance activities of the National Building Control and Market Surveillance Office, 31 Building Control and Market Surveillance Authorities (Local Authorities) and fellow National Competent Authorities: Geological Survey Ireland (GSI) and Transport Infrastructure Ireland (TII). The framework will run for 3 years with option to extend by a further 1 year. Subject to the provisions of this Framework Agreement and to the satisfaction of any pre-conditions to the award of a Services Contract, the successful Framework Member shall be required to enter into the Services Contract with the Framework Client. As and when the Client decides to source Services through this Framework Agreement, then it may award a Call-Off Contract to the Framework Members based on the Tender in accordance with the cascade procedure or, alternatively, on a Mini-Tender.
Procedure identifier : 677bd31c-6635-4300-82da-f374ee78d315
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 ): 71632000 Technical testing services
Additional classification ( cpv ): 71630000 Technical inspection and testing services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Multi Supplier Framework Agreement for the provision of material testing services: National Market Surveillance Strategy for Construction Products: Ireland 2025-2028.
Description : The National Building Control and Market Surveillance Office invites tenders from INAB ISO17025 accredited laboratories for appointment to a Multi Supplier Framework Agreement for the provision of material testing services, including nationwide collection services from economic operator locations to support the Market Surveillance activities of the National Building Control and Market Surveillance Office, 31 Building Control and Market Surveillance Authorities (Local Authorities) and fellow National Competent Authorities: Geological Survey Ireland (GSI) and Transport Infrastructure Ireland (TII). The framework will run for 3 years with option to extend by a further 1 year. Subject to the provisions of this Framework Agreement and to the satisfaction of any pre-conditions to the award of a Services Contract, the successful Framework Member shall be required to enter into the Services Contract with the Framework Client. As and when the Client decides to source Services through this Framework Agreement, then it may award a Call-Off Contract to the Framework Members based on the Tender in accordance with the cascade procedure or, alternatively, on a Mini-Tender.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71632000 Technical testing services
Additional classification ( cpv ): 71630000 Technical inspection and testing services

5.1.2 Place of performance

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

5.1.5 Value

Estimated value excluding VAT : 500 000 Euro

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Contract Management @5%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name :
Description : Methodology for Service Delivery @35%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name :
Description : Tenderers understanding of the relevant standards and legislation @ 20%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Cost
Name :
Description : Cost @ 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : Dublin City Council -
Organisation providing more information on the review procedures : The High Court of Ireland -

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : No tenders, requests to participate or projects were received

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : Dublin City Council
Registration number : IE47732154U
Postal address : Civic Offices, Wood Quay
Town : Dublin
Postcode : D08 RF3F
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 2227947
Internet address : https://www.dublincity.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

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 : 9f585443-e682-4f24-aa6e-d87ffba1cc86 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 10/04/2025 12:11 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00238581-2025
OJ S issue number : 72/2025
Publication date : 11/04/2025