CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works

CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works CfT: Minor / Intermediate Mechanical Building Services Works …

CPV: 45350000 Mechanical installations
Place of execution:
CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Awarding body:
Office of Public Works (OPW)
Award number:
Lot 2B - Meath, Westmeath, Longford, Monaghan, Louth, Cavan

1. Buyer

1.1 Buyer

Official name : Office of Public Works (OPW)
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Description : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Procedure identifier : ccf6ce5d-76cc-479b-88ac-34903718b784
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 80 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Description : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Internal identifier : Lot 2B - Meath, Westmeath, Longford, Monaghan, Louth, Cavan

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

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 : Cost
Name :
Description : Cost @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name :
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : As per guidelines

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 -
Information about review deadlines : As per guidelines
Organisation signing the contract : Office of Public Works (OPW)

5.1 Lot technical ID : LOT-0002

Title : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Description : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Internal identifier : Lot 3B - Wicklow, Kildare, Offaly, Laois, Carlow

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

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 : Cost
Name :
Description : Cost @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name :
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : As per guidelines

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 -
Information about review deadlines : As per guidelines
Organisation signing the contract : Office of Public Works (OPW)

5.1 Lot technical ID : LOT-0003

Title : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Description : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Internal identifier : Lot 4B - Waterford, Tipperary, Kilkenny, Wexford

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

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 : Cost
Name :
Description : Cost @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name :
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : As per guidelines

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 -
Information about review deadlines : As per guidelines
Organisation signing the contract : Office of Public Works (OPW)

5.1 Lot technical ID : LOT-0004

Title : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Description : CfT: Minor / Intermediate Mechanical Building Services Works for the Office of Public Works
Internal identifier : Lot 7A - Cork, Kerry, Limerick

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

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 : Cost
Name :
Description : Cost @ 25%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name :
Description : Quality @ 75%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 75
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : As per guidelines

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 -
Information about review deadlines : As per guidelines
Organisation signing the contract : Office of Public Works (OPW)

6. Results

Maximum value of the framework agreements in this notice : 20 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 20 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lot 2B - Results - Skellig Engineering Ltd, Quinn Downes, ASMS, Thermodial, PJ Duffy & Sons Ltd, Hybrid Eng. & Contracting, CJK Engineering, KD Group, Harmon Group T/A Tanex
Tender :
Tender identifier : Lot 2B Results Mechanical Framework
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Subcontracting : No
Contract information :
Identifier of the contract : Framework 1 - Lot 2B
Date on which the winner was chosen : 26/02/2025
Date of the conclusion of the contract : 08/04/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Office of Public Works (OPW)

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 12

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 20 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lot 3B - Results - Sensori FM, Quinn & Downes, Skellig Engineering, ASMS, PJ Duffy & Sons Ltd, Thermodial, Hybrid Eng. & Contracting, CJK Engineering, Harmon Group T/A Tanex
Tender :
Tender identifier : Lot 3B Results Mechanical Framework
Identifier of lot or group of lots : LOT-0002
The tender was ranked : yes
Subcontracting : No
Contract information :
Identifier of the contract : Framework 2 - Lot 3B
Date on which the winner was chosen : 26/02/2025
Date of the conclusion of the contract : 08/04/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Office of Public Works (OPW)

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 16

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 20 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lot 4B - Results - ICMS Ltd, Charles McCarthy Plumbing, ASMS, Burlington Engineering, PJ Duffy & Sons Ltd, Thermodial, Sean Walsh Plumbing & Heating, KD Group
Tender :
Tender identifier : Lot 4B Results Mechanical Framework
Identifier of lot or group of lots : LOT-0003
The tender was ranked : yes
Subcontracting : No
Contract information :
Identifier of the contract : Framework 3 - Lot 4B
Date on which the winner was chosen : 26/02/2025
Date of the conclusion of the contract : 08/04/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Office of Public Works (OPW)

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 12

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 20 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lot 7A - Results - Sensori FM, ICMS Ltd, Charles McCarthy Plumbing Ltd, ASMS, KD Group, Harmon Group T/A Tanex, Sista Ltd
Tender :
Tender identifier : Lot 7A Results Mechanical Framework
Identifier of lot or group of lots : LOT-0004
The tender was ranked : yes
Subcontracting : No
Contract information :
Identifier of the contract : Framework 4 - Lot 7A
Date on which the winner was chosen : 26/02/2025
Date of the conclusion of the contract : 08/04/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Office of Public Works (OPW)

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 10

8. Organisations

8.1 ORG-0001

Official name : Office of Public Works (OPW)
Registration number : 2109
Postal address : Jonathan Swift Street
Town : Trim
Postcode : C15 NX36
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 46 942 2000
Roles of this organisation :
Buyer
Organisation signing the contract

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

8.1 ORG-0004

Official name : Lot 2B - Results - Skellig Engineering Ltd, Quinn Downes, ASMS, Thermodial, PJ Duffy & Sons Ltd, Hybrid Eng. & Contracting, CJK Engineering, KD Group, Harmon Group T/A Tanex
Registration number : -
Town : Varies
Postcode : C15 NX36
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Lot 3B - Results - Sensori FM, Quinn & Downes, Skellig Engineering, ASMS, PJ Duffy & Sons Ltd, Thermodial, Hybrid Eng. & Contracting, CJK Engineering, Harmon Group T/A Tanex
Registration number : -
Town : Varies
Postcode : C15 NX36
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0006

Official name : Lot 4B - Results - ICMS Ltd, Charles McCarthy Plumbing, ASMS, Burlington Engineering, PJ Duffy & Sons Ltd, Thermodial, Sean Walsh Plumbing & Heating, KD Group
Registration number : -
Town : Varies
Postcode : C15 NX36
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0007

Official name : Lot 7A - Results - Sensori FM, ICMS Ltd, Charles McCarthy Plumbing Ltd, ASMS, KD Group, Harmon Group T/A Tanex, Sista Ltd
Registration number : -
Town : Varies
Postcode : C15 NX36
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004

11. Notice information

11.1 Notice information

Notice identifier/version : 95c4587f-2167-443e-9d33-98188b43eb56 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 20/06/2025 12:05 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00403487-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025