Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be provided at stage 2)

Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be provided at stage 2) Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be …

CPV: 66000000 Financial and insurance services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Place of execution:
Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be provided at stage 2)
Awarding body:
Respond Ireland
Award number:
0

1. Buyer

1.1 Buyer

Official name : Respond Ireland
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be provided at stage 2)
Description : Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be provided at stage 2)
Procedure identifier : b117e8a4-4a65-4eaa-8c8a-4e8a3ee5d714
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 1 500 000 Euro
Maximum value of the framework agreement : 1 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be provided at stage 2)
Description : Establishment of a Multi-Party Framework Agreement for the provision of Counterparty Due Diligence (CPDD) Services Initial Contract: - 1 year (Details to be provided at stage 2)
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66000000 Financial and insurance services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 1 500 000 Euro
Maximum value of the framework agreement : 1 500 000 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 : Please see Tender documents
Approach to reducing environmental impacts : Climate change mitigation
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 : 7
Maximum number of candidates to be invited for the second stage of the procedure : 7
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 : 04/11/2025 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 : 14/11/2025 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 : 6
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 : Respond Ireland
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Respond Ireland
Organisation processing tenders : Respond Ireland

8. Organisations

8.1 ORG-0001

Official name : Respond Ireland
Registration number : 90576
Postal address : High Park Grace Park Road Drumcondra
Town : Dublin
Postcode : D09 N2N7
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0877108646
Internet address : https://www.respond.ie
Buyer profile : https://www.respond.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 : 5c47e51d-8d13-4f7f-9c7f-7834b7805271 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/10/2025 12:44 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00682515-2025
OJ S issue number : 199/2025
Publication date : 16/10/2025