Cork County Council Multi-Party Consultancy Framework (Projects value over €5m) for Design Team Consultancy Services

Cork County Council are establishing a Multi-Party Consultancy Framework for Design Team Consultancy Services which will be on the basis of a two stage process whereby the successful candidates from the pre-qualification process will be included in a tender competition for an initial "call-off contract". The framework will incorporate both …

CPV: 71000000 Architectural, construction, engineering and inspection services, 71220000 Architectural design services, 71222000 Architectural services for outdoor areas, 71240000 Architectural, engineering and planning services, 71420000 Landscape architectural services, 71317200 Health and safety services, 71521000 Construction-site supervision services, 71334000 Mechanical and electrical engineering services, 71315210 Building services consultancy services, 71300000 Engineering services, 71314000 Energy and related services, 71314100 Electrical services, 71314200 Energy-management services, 71314300 Energy-efficiency consultancy services, 71315000 Building services, 71315200 Building consultancy services, 71321000 Engineering design services for mechanical and electrical installations for buildings, 71333000 Mechanical engineering services, 71520000 Construction supervision services, 71311000 Civil engineering consultancy services, 71312000 Structural engineering consultancy services, 71320000 Engineering design services, 71530000 Construction consultancy services, 71321100 Construction economics services, 71324000 Quantity surveying services, 71244000 Calculation of costs, monitoring of costs, 71500000 Construction-related services, 79994000 Contract administration services, 71200000 Architectural and related services, 71210000 Advisory architectural services, 71317100 Fire and explosion protection and control consultancy services
Place of execution:
Cork County Council Multi-Party Consultancy Framework (Projects value over €5m) for Design Team Consultancy Services
Awarding body:
Cork County Council
Award number:
0

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Cork County Council Multi-Party Consultancy Framework (Projects value over €5m) for Design Team Consultancy Services
Description : Cork County Council are establishing a Multi-Party Consultancy Framework for Design Team Consultancy Services which will be on the basis of a two stage process whereby the successful candidates from the pre-qualification process will be included in a tender competition for an initial "call-off contract". The framework will incorporate both employer design and contractor design procedures which will be determined on a project by project basis and specified in the individual tender.
Procedure identifier : 08ec81ea-e323-44e7-804f-f27fbc160b9a
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 71521000 Construction-site supervision services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314100 Electrical services
Additional classification ( cpv ): 71314200 Energy-management services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71333000 Mechanical engineering services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71321100 Construction economics services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71244000 Calculation of costs, monitoring of costs
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland

2.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland

2.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Euro
Maximum value of the framework agreement : 20 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Cork County Council Multi-Party Consultancy Framework (Projects value over €5m) for Design Team Consultancy Services
Description : Cork County Council are establishing a Multi-Party Consultancy Framework for Design Team Consultancy Services which will be on the basis of a two stage process whereby the successful candidates from the pre-qualification process will be included in a tender competition for an initial "call-off contract". The framework will incorporate both employer design and contractor design procedures which will be determined on a project by project basis and specified in the individual tender.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71420000 Landscape architectural services
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 71521000 Construction-site supervision services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71314000 Energy and related services
Additional classification ( cpv ): 71314100 Electrical services
Additional classification ( cpv ): 71314200 Energy-management services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71315000 Building services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71333000 Mechanical engineering services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71321100 Construction economics services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71244000 Calculation of costs, monitoring of costs
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71210000 Advisory architectural services
Additional classification ( cpv ): 71317100 Fire and explosion protection and control consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 20 000 000 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 : Reduction of environmental impacts
Description : See attached
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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
Deadline for requesting additional information : 14/11/2025 12:00 +01:00

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 requests to participate : 21/11/2025 12:00 +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 : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 12
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 : Cork County Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Cork County Council
Organisation processing tenders : Cork County Council

8. Organisations

8.1 ORG-0001

Official name : Cork County Council
Registration number : 0007458M
Postal address : County Hall, Carrigrohane Road, Cork
Town : Cork
Postcode : T12 R2NC
Country subdivision (NUTS) : South-West ( IE053 )
Country : Ireland
Telephone : 021-4276891
Internet address : https://www.corkcoco.ie/en
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
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

Notice information

Notice identifier/version : 23ef835e-a001-4dd3-81ce-d60f0d14e1aa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/10/2025 15:20 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00697913-2025
OJ S issue number : 203/2025
Publication date : 22/10/2025