Dublin City Council Single Party Framework Agreement. Provision of Facility Management Services for Dublin City Council at its Ballymun Civic Centre premises

Dublin City Council is seeking to establish a Single Party Framework agreement using Competitive Procedure with Negotiation for six years. The initial call Off Contract will have a duration of two (2) years with the option to extend for periods of up to one (1) year, subject to a maximum …

CPV: 79993000 Building and facilities management services, 90919200 Office cleaning services, 90911300 Window-cleaning services, 79993100 Facilities management services
Place of execution:
Dublin City Council Single Party Framework Agreement. Provision of Facility Management Services for Dublin City Council at its Ballymun Civic Centre premises
Awarding body:
Dublin City Council
Award number:
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 : Dublin City Council Single Party Framework Agreement. Provision of Facility Management Services for Dublin City Council at its Ballymun Civic Centre premises
Description : Dublin City Council is seeking to establish a Single Party Framework agreement using Competitive Procedure with Negotiation for six years. The initial call Off Contract will have a duration of two (2) years with the option to extend for periods of up to one (1) year, subject to a maximum of six (6) years. Dublin City Council is the owner of Ballymun Civic Centre, which was completed in approx. 2002 and comprises a modern four-storey office building over a basement carpark. The building comprises two curved interconnecting blocks wrapped around a central full height atrium. There are currently 12 occupiers in the building including Dublin City Council. The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for Services Contract (the Contract) for the provision of Facilities Management (FM) Hard and Soft Services for its Ballymun Civic Centre premises. The facilities management services to be provided include but are not limited to: • Planned Preventative Maintenance, including Condition Based Maintenance (CBM) of Hard Mechanical Electrical Plumbing (MEP) Services for the common areas and DCC office space. • The provision of professional facilities management service to ensure a safe, clean and attractive environment in accordance with current leases. • The provision of security services for the premises 24/7 with a combination of an onsite service and patrols • that the FM Service provider has overall control and responsibility for all services relating to the common area of this multi tenanted building and to ensure safe conditions, appropriate access and fully functional services at all times. • The provision of building maintenance services to include statutory compliance, planned preventative and reactive maintenance. Corrective actions should be costed up after each service and sent to the service manager for approval. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 5734511
Procedure identifier : 2cda8a8d-3f80-4bb9-8bd2-4a7a0debbfe3
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 90919200 Office cleaning services
Additional classification ( cpv ): 90911300 Window-cleaning services
Additional classification ( cpv ): 79993100 Facilities management services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Euro
Maximum value of the framework agreement : 8 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Dublin City Council Single Party Framework Agreement. Provision of Facility Management Services for Dublin City Council at its Ballymun Civic Centre premises
Description : Dublin City Council is seeking to establish a Single Party Framework agreement using Competitive Procedure with Negotiation for six years. The initial call Off Contract will have a duration of two (2) years with the option to extend for periods of up to one (1) year, subject to a maximum of six (6) years. Dublin City Council is the owner of Ballymun Civic Centre, which was completed in approx. 2002 and comprises a modern four-storey office building over a basement carpark. The building comprises two curved interconnecting blocks wrapped around a central full height atrium. There are currently 12 occupiers in the building including Dublin City Council. The Contracting Authority proposes to engage in a competitive process for the establishment of a framework agreement for Services Contract (the Contract) for the provision of Facilities Management (FM) Hard and Soft Services for its Ballymun Civic Centre premises. The facilities management services to be provided include but are not limited to: • Planned Preventative Maintenance, including Condition Based Maintenance (CBM) of Hard Mechanical Electrical Plumbing (MEP) Services for the common areas and DCC office space. • The provision of professional facilities management service to ensure a safe, clean and attractive environment in accordance with current leases. • The provision of security services for the premises 24/7 with a combination of an onsite service and patrols • that the FM Service provider has overall control and responsibility for all services relating to the common area of this multi tenanted building and to ensure safe conditions, appropriate access and fully functional services at all times. • The provision of building maintenance services to include statutory compliance, planned preventative and reactive maintenance. Corrective actions should be costed up after each service and sent to the service manager for approval. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 5734511
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79993000 Building and facilities management services
Additional classification ( cpv ): 90919200 Office cleaning services
Additional classification ( cpv ): 90911300 Window-cleaning services
Additional classification ( cpv ): 79993100 Facilities management services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 6 Year

5.1.5 Value

Estimated value excluding VAT : 8 000 000 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
Additional information : 1. Suppliers must register their interest on the Irish Government procurement opportunities portal www.etenders.gov.ie in order to be included on the mailing list for clarifications. 2. Please note that all information relating to attachments, including clarifications and changes, will be published on www.etenders.gov.ie only. Registration is free of charge. DCC will not accept responsibility for information relayed (or not relayed) via third parties. 3. Submission information: • Submissions must be sent via the eTenders website (CfT ID: 5734511), online tender facility ONLY. • Tenders submitted by any other means (including but not limited to by email, fax, post or hand delivery) will NOT be accepted • Please note that the eTenders electronic tender facility closes at the stated date and time precisely. It is the responsibility of Applicants / Tenderers to use the tender facility correctly, which includes taking responsibility for the safe and timely delivery of the tender. • Please ensure that you allow adequate time for uploading your documentation. • Should you experience difficulty when uploading documents or have any queries regarding the tender submission, please contact eTenders directly via phone +353 818001459 Email irish-eproc-helpdesk@eurodyn.com or select ‘Contact Us’ on the home page. • The Contracting Authority will not be responsible if an economic operator fails to upload their documentation or if the uploaded file(s) is/are corrupted and cannot be read by Dublin City Council. • In order to facilitate assessment, Applicants / Tenderers are kindly requested to submit a single attachment inclusive of the completed questionnaire(s)/ tender(s) and all related appendices. • In order to download all documents associated with a particular Call for Tender, Economic Operators must express an interest in the Call for Tender by associating a user from your organisation with the CfT. 4. Economic Operators should note the following when making their submission: • In order to submit a document to the electronic tender facility you must first accept the agreement for a Call for Tender and confirm the validity of your user details. • This will launch the online Tender Preparation Tool where you can create your tender online and prepare your tender response for submission. • There is a maximum upload limit of 100MB per tender submission. • After submitting a response, the response may be modified and re-submitted as many times as may be necessary until the CfT deadline has expired. • The ‘Submit’ button will be disabled automatically upon the expiration of the response deadline. 5. All queries must be submitted through the messaging facility on www.etenders.gov.ie . Resource ID: 5734511, and must be in question format. Responses will be circulated to those that have registered an interest in this notice on www.etenders.gov.ie . The details of the party making the query will not be disclosed when circulating the response. All queries must be submitted by 12 noon (Irish time) __ September 2025 to enable issue of responses to all interested parties. 6. Refer to document 'Additional Information’ available to download from www.etenders.gov.ie using Resource ID 5734511 for further information.

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
Deadline for requesting additional information : 08/09/2025 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 : 19/09/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : The justification for a framework of this length is due to the significant investment envisaged by both the successful tenderer and the Contracting Authority in the development and implementation of a new FM Services structure within the Contracting Authority and the bedding in of the new structure during a shorter period, maximising the return on investment and the potential difficulty of retendering during a shorter period.
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
Organisation receiving requests to participate : Dublin City Council
Organisation processing tenders : Dublin City Council

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 2224493
Internet address : https://www.dublincity.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
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 : 71dc4e31-d769-4700-b3ff-31800344df7a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/08/2025 15:56 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00545179-2025
OJ S issue number : 159/2025
Publication date : 21/08/2025