Multi-Party Framework Agreements for Response Maintenance Works for Kildare County Council

Kildare County Council proposes to establish and operate three Multi-Party Framework Agreements for Response Maintenance Works for its approximately 6,500 residential properties. One framework will be established for plumbing works, one for electrical works, and one for general building works. Each of the frameworks will be divided into three lots, …

CPV: 45000000 Trabajos de construcción, 45100000 Trabajos de preparación del terreno, 45113000 Trabajos a pie de obra, 45210000 Trabajos de construcción de inmuebles, 45211000 Trabajos de construcción de inmuebles de viviendas colectivas y unifamiliares, 45211100 Trabajos de construcción para viviendas, 45211300 Trabajos de construcción de viviendas, 45310000 Trabajos de instalación eléctrica, 45330000 Trabajos de fontanería, 45350000 Instalaciones mecánicas
Lugar de ejecución:
Multi-Party Framework Agreements for Response Maintenance Works for Kildare County Council
Organismo adjudicador:
Kildare County Council_385
Número de premio:
00000

1. Buyer

1.1 Buyer

Official name : Kildare County Council_385
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Multi-Party Framework Agreements for Response Maintenance Works for Kildare County Council
Description : Kildare County Council proposes to establish and operate three Multi-Party Framework Agreements for Response Maintenance Works for its approximately 6,500 residential properties. One framework will be established for plumbing works, one for electrical works, and one for general building works. Each of the frameworks will be divided into three lots, aligned to our Response Maintenance areas. Works may be carried out in both rural and urban areas, and may involve dwellings or other structures, whether vacant or occupied. A wide variety of projects and activities may be specified under the Framework Agreements. The frequency, scale, and type of projects will vary depending on the needs of the Contracting Authority and the urgency of the work required. This framework will operate alongside our existing Multi-Party Framework Agreement for Planned Building Maintenance Works.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45211000 Construction work for multi-dwelling buildings and individual houses
Additional classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45211300 Houses construction work
Additional classification ( cpv ): 45211100 Construction work for houses
Additional classification ( cpv ): 45113000 Siteworks
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45100000 Site preparation work
Additional classification ( cpv ): 45330000 Plumbing and sanitary works
Additional classification ( cpv ): 45310000 Electrical installation work
Additional 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 : 6 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

3. Part

3.1 Part technical ID : PAR-0001

Title : Multi-Party Framework Agreements for Response Maintenance Works for Kildare County Council
Description : BACKGROUND: Kildare County Council proposes to establish and operate three Multi-Party Framework Agreements for Response Maintenance Works for its approximately 6,500 residential properties. One framework will be established for plumbing works, one for electrical works, and one for general building works. Each of the frameworks will be divided into three lots, aligned to our Response Maintenance areas. Works may be carried out in both rural and urban areas, and may involve dwellings or other structures, whether vacant or occupied. A wide variety of projects and activities may be specified under the Framework Agreements. The frequency, scale, and type of projects will vary depending on the needs of the Contracting Authority and the urgency of the work required. This framework will operate alongside our existing Multi-Party Framework Agreement for Planned Building Maintenance Works. DESCRIPTION OF THE WORKS: The maximum total value of €2,000,000 per lot may be awarded over the next two years, although this is not a guarantee of the volume of proposed works. The Contracting Authority reserves the right to award contracts outside of this framework agreement at its discretion. For contracts awarded under the Framework Agreement, the Contractor will be required to accept the role of Project Supervisor Construction Stage (PSCS) and may be required to present a Safety File. Works will be awarded by individual Task Orders using the Term Maintenance and Refurbishment Works Contract (PW-CF11). Each Task Order will specify the "repair category"—i.e. Emergency, Urgent, or Routine. For Emergency: The contractor must respond immediately and complete the works within 24 hours. For Urgent: Works must be completed within 3 days. For Routine: Works must be completed within 5 days or within an agreed timeframe. DESCRIPTION OF THE PROCUREMENT: Economic Operators (Tenderers) will be required to complete and submit a Suitability Assessment Questionnaire (QW2), including the associated Supplements (3.4.1 and 3.4.2) and Appendices included with the tender documents. Economic Operators will also have to supply evidence/documentation to allow the tender assessment team suitably to assess their submission. In some circumstances tenderers will be required to complete appendices self declaring that they meet the minimum pass requirement for the relevant criteria. The purpose of these documents is to establish that tenderers have the required experience, competence and financial capacity to complete contracts awarded under the proposed Framework Agreement. Only tenders who Pass all of the criteria set out in the Suitability Assessment Questionnaire, Supplements, and Appendices will be evaluated against the award criteria (which includes pricing). All tenderers must achieve the minimum marks specified under the quality criteria. Failure to meet these minimum marks will result in the tender being eliminated from further consideration. ROPOSED DATES FOR ISSUE OF DOCUMENTATION: Kildare County Council intends to issue the plumbing framework after the CIF holidays, i.e. at the beginning of August 2025. The electrical and general building frameworks will be issued in a staggered manner over the following four to six months. NOTE: Kildare County Council has recently established a Multi-Party Framework Agreement for Planned Building Maintenance Works. We recommend that Economic Operators (Tenderers) review that documentation, particularly the pricing document in the interim, as similar line items will be included, amongst new items, in the pricing documents for this Response Maintenance Framework. For example, most plumbing items from the Planned Maintenance pricing document will appear in the Response Maintenance plumbing framework pricing document. The Suitability Assessment Questionnaire, including the associated Supplements and Appendices, will be similar but suitably adjusted to suit this framework. NOTE: This Prior Information Notice is being used to inform interested economic operators that Kildare County Council intends to procure by open tender, the delivery of this opportunity as described above. This document is not a call for competition or invitation to tender. No tender documents are available at this stage. Details of individual procurements pursuant to this notice will be advertised in due course on https://scanner.topsec.com/?d=1340&r=show&u=www.etenders.gov.ie&t=819305e65b456ba43206343e60d5afb0ef358cab and the Official Journal of the European Union. Kildare County Council does not require a response to this prior information notice. Neither this document, nor any information set out herein, shall be regarded as a commitment or representation on the part of Kildare County Council to enter into any form of contractual arrangements express or implied. Please note that the Kildare County Council is subject to the provisions of the Freedom of Information Act 2014 Legal basis: Directive 2014/24/EU
Internal identifier : 00000

3.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45211000 Construction work for multi-dwelling buildings and individual houses

3.1.2 Place of performance

Country : Ireland
Anywhere in the given country

3.1.4 Value

Estimated value excluding VAT : 6 000 000 Euro

3.1.5 General information

This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

3.1.9 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing offline access to the procurement documents : Kildare County Council_385
Organisation receiving requests to participate : Kildare County Council_385
Organisation processing tenders : Kildare County Council_385

8. Organisations

8.1 ORG-0001

Official name : Kildare County Council_385
Registration number : 0013247i
Postal address : Kildare County Council, Head Office Áras Chill Dara, Devoy Park, Naas, Co. Kildare.
Town : Naas
Postcode : W91 X77F
Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Telephone : 0035345980200
Internet address : http://www.kildarecoco.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

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 : 78234fc9-3bf5-4793-8dc5-1223b55d89eb - 01
Form type : Planning
Notice type : Prior information notice or a periodic indicative notice used only for information
Notice dispatch date : 27/06/2025 16:51 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00425206-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025
Estimated date of publication of a contract notice within this procedure : 30/11/2025