Request For Tender for the Establishment of a Multi-supplier Framework Contract for Minor / Intermediate Mechanical Building Services Works

This tender is for the provision of Minor / Intermediate Mechanical Building Services Works for the Courts Service of Ireland. The operation of the Framework will be as per the following contract types • Direct to Courts Service of Ireland as per Government Construction Contracts (GCC) • Named specialist to …

CPV: 45350000 Mechanical installations, 45330000 Plumbing and sanitary works, 45300000 Building installation work
Deadline:
Nov. 4, 2025, 3 p.m.
Deadline type:
Submitting a bid
Place of execution:
Request For Tender for the Establishment of a Multi-supplier Framework Contract for Minor / Intermediate Mechanical Building Services Works
Awarding body:
The Courts Service
Award number:
1

1. Buyer

1.1 Buyer

Official name : The Courts Service
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : Public order and safety

2. Procedure

2.1 Procedure

Title : Request For Tender for the Establishment of a Multi-supplier Framework Contract for Minor / Intermediate Mechanical Building Services Works
Description : This tender is for the provision of Minor / Intermediate Mechanical Building Services Works for the Courts Service of Ireland. The operation of the Framework will be as per the following contract types • Direct to Courts Service of Ireland as per Government Construction Contracts (GCC) • Named specialist to be contracted by the Main Contractor on the instructions of the Employer following a separate procurement process • Contracted by the Main Contractor from a named specialist list provided by the Employer. The service includes the provision of heating, ventilation, air conditioning, water services, wastewater services, wastewater pumping, water treatment and many more mechanical services in the building portfolio of the Courts Service of Ireland within each Lot area below: LOT 1 Dublin, Kildare, Wicklow, Meath LOT 2 Carlow, Kilkenny, Laois, Tipperary, Waterford, Wexford LOT 3 Cavan, Longford, Louth, Monaghan, Offaly, Westmeath LOT 4 Cork, Kerry, Limerick, Clare LOT 5 Donegal, Galway, Leitrim, Mayo, Roscommon, Sligo
Procedure identifier : 0b588458-4e36-448d-b12b-3b02a520d3a5
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Euro
Maximum value of the framework agreement : 6 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 5
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 5

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 : Dublin, Kildare, Wicklow, Meath
Description : This tender is for the provision of Minor / Intermediate Mechanical Building Services Works for the Courts Service of Ireland. The operation of the Framework will be as per the following contract types • Direct to Courts Service of Ireland as per Government Construction Contracts (GCC) • Named specialist to be contracted by the Main Contractor on the instructions of the Employer following a separate procurement process • Contracted by the Main Contractor from a named specialist list provided by the Employer. The service includes the provision of heating, ventilation, air conditioning, water services, wastewater services, wastewater pumping, water treatment and many more mechanical services in the building portfolio of the Courts Service of Ireland within each Lot area below: LOT 1 Dublin, Kildare, Wicklow, Meath LOT 2 Carlow, Kilkenny, Laois, Tipperary, Waterford, Wexford LOT 3 Cavan, Longford, Louth, Monaghan, Offaly, Westmeath LOT 4 Cork, Kerry, Limerick, Clare LOT 5 Donegal, Galway, Leitrim, Mayo, Roscommon, Sligo
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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 : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 27/10/2025 15:00 +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 tenders : 04/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 04/11/2025 15:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
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 : The Courts Service
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : The Courts Service
Organisation processing tenders : The Courts Service

5.1 Lot technical ID : LOT-0002

Title : Carlow, Kilkenny, Laois, Tipperary, Waterford, Wexford
Description : This tender is for the provision of Minor / Intermediate Mechanical Building Services Works for the Courts Service of Ireland. The operation of the Framework will be as per the following contract types • Direct to Courts Service of Ireland as per Government Construction Contracts (GCC) • Named specialist to be contracted by the Main Contractor on the instructions of the Employer following a separate procurement process • Contracted by the Main Contractor from a named specialist list provided by the Employer. The service includes the provision of heating, ventilation, air conditioning, water services, wastewater services, wastewater pumping, water treatment and many more mechanical services in the building portfolio of the Courts Service of Ireland within each Lot area below: LOT 1 Dublin, Kildare, Wicklow, Meath LOT 2 Carlow, Kilkenny, Laois, Tipperary, Waterford, Wexford LOT 3 Cavan, Longford, Louth, Monaghan, Offaly, Westmeath LOT 4 Cork, Kerry, Limerick, Clare LOT 5 Donegal, Galway, Leitrim, Mayo, Roscommon, Sligo
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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 : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 27/10/2025 15:00 +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 tenders : 04/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 04/11/2025 15:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
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 : The Courts Service
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : The Courts Service
Organisation processing tenders : The Courts Service

5.1 Lot technical ID : LOT-0003

Title : Cavan, Longford, Louth, Monaghan, Offaly, Westmeath
Description : This tender is for the provision of Minor / Intermediate Mechanical Building Services Works for the Courts Service of Ireland. The operation of the Framework will be as per the following contract types • Direct to Courts Service of Ireland as per Government Construction Contracts (GCC) • Named specialist to be contracted by the Main Contractor on the instructions of the Employer following a separate procurement process • Contracted by the Main Contractor from a named specialist list provided by the Employer. The service includes the provision of heating, ventilation, air conditioning, water services, wastewater services, wastewater pumping, water treatment and many more mechanical services in the building portfolio of the Courts Service of Ireland within each Lot area below: LOT 1 Dublin, Kildare, Wicklow, Meath LOT 2 Carlow, Kilkenny, Laois, Tipperary, Waterford, Wexford LOT 3 Cavan, Longford, Louth, Monaghan, Offaly, Westmeath LOT 4 Cork, Kerry, Limerick, Clare LOT 5 Donegal, Galway, Leitrim, Mayo, Roscommon, Sligo
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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 : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 27/10/2025 15:00 +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 tenders : 04/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 04/11/2025 15:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
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 : The Courts Service
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : The Courts Service
Organisation processing tenders : The Courts Service

5.1 Lot technical ID : LOT-0004

Title : Cork, Kerry, Limerick, Clare
Description : This tender is for the provision of Minor / Intermediate Mechanical Building Services Works for the Courts Service of Ireland. The operation of the Framework will be as per the following contract types • Direct to Courts Service of Ireland as per Government Construction Contracts (GCC) • Named specialist to be contracted by the Main Contractor on the instructions of the Employer following a separate procurement process • Contracted by the Main Contractor from a named specialist list provided by the Employer. The service includes the provision of heating, ventilation, air conditioning, water services, wastewater services, wastewater pumping, water treatment and many more mechanical services in the building portfolio of the Courts Service of Ireland within each Lot area below: LOT 1 Dublin, Kildare, Wicklow, Meath LOT 2 Carlow, Kilkenny, Laois, Tipperary, Waterford, Wexford LOT 3 Cavan, Longford, Louth, Monaghan, Offaly, Westmeath LOT 4 Cork, Kerry, Limerick, Clare LOT 5 Donegal, Galway, Leitrim, Mayo, Roscommon, Sligo
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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 : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 27/10/2025 15:00 +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 tenders : 04/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 04/11/2025 15:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
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 : The Courts Service
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : The Courts Service
Organisation processing tenders : The Courts Service

5.1 Lot technical ID : LOT-0005

Title : Donegal, Galway, Leitrim, Mayo, Roscommon, Sligo
Description : This tender is for the provision of Minor / Intermediate Mechanical Building Services Works for the Courts Service of Ireland. The operation of the Framework will be as per the following contract types • Direct to Courts Service of Ireland as per Government Construction Contracts (GCC) • Named specialist to be contracted by the Main Contractor on the instructions of the Employer following a separate procurement process • Contracted by the Main Contractor from a named specialist list provided by the Employer. The service includes the provision of heating, ventilation, air conditioning, water services, wastewater services, wastewater pumping, water treatment and many more mechanical services in the building portfolio of the Courts Service of Ireland within each Lot area below: LOT 1 Dublin, Kildare, Wicklow, Meath LOT 2 Carlow, Kilkenny, Laois, Tipperary, Waterford, Wexford LOT 3 Cavan, Longford, Louth, Monaghan, Offaly, Westmeath LOT 4 Cork, Kerry, Limerick, Clare LOT 5 Donegal, Galway, Leitrim, Mayo, Roscommon, Sligo
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45350000 Mechanical installations
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45300000 Building installation work

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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 : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 27/10/2025 15:00 +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 tenders : 04/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 04/11/2025 15:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 5
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 : The Courts Service
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : The Courts Service
Organisation processing tenders : The Courts Service

8. Organisations

8.1 ORG-0001

Official name : The Courts Service
Registration number : 0000
Postal address : Phoenix House, 15 - 24 Phoenix Street North
Town : Dublin 7
Postcode : D07F95Y
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 18886000
Internet address : www.courts.ie
Buyer profile : www.courts.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

10. Change

Version of the previous notice to be changed : 2f902176-1271-49b4-b048-bd3a31a8d07f-01
Main reason for change : Information updated
Description : The Tender submission deadline has been extended to the 4th of November 2025 and the Clarification deadline has been extended to the 27th of October 2025

Notice information

Notice identifier/version : afa74c44-8faf-48ae-a5d3-49e229a722ea - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/10/2025 10:39 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00684833-2025
OJ S issue number : 200/2025
Publication date : 17/10/2025