Single Party Framework Agreement for Facilities Management at Inland Fisheries Ireland CityWest HQ and Warehouse

To establish and operate a Single Supplier Framework Agreement for Facilities Management at both buildings in CityWest. A large variety of projects and activities may be specified under the Framework Agreement for Building Maintenance and Refurbishment Works. The frequency, scale and nature of works/services may vary depending on the needs …

CPV: 45453000 Trabajos de revisión y reacondicionamiento, 50700000 Servicios de reparación y mantenimiento de equipos de edificios, 50720000 Servicios de reparación y mantenimiento de calefacción central, 50750000 Servicios de mantenimiento de ascensores, 50800000 Servicios varios de reparación y mantenimiento, 50710000 Servicios de reparación y mantenimiento de equipos eléctricos y mecánicos de edificios, 45259300 Reparación y mantenimiento de plantas de calefacción, 45261900 Reparación y mantenimiento de tejados, 45210000 Trabajos de construcción de inmuebles, 45442110 Trabajos de pintura de edificios, 71314310 Servicios de física térmica para edificios, 79993000 Servicios de gestión de edificios e instalaciones
Lugar de ejecución:
Single Party Framework Agreement for Facilities Management at Inland Fisheries Ireland CityWest HQ and Warehouse
Organismo adjudicador:
Inland Fisheries Ireland
Número de premio:
0

1. Buyer

1.1 Buyer

Official name : Inland Fisheries Ireland
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Single Party Framework Agreement for Facilities Management at Inland Fisheries Ireland CityWest HQ and Warehouse
Description : To establish and operate a Single Supplier Framework Agreement for Facilities Management at both buildings in CityWest. A large variety of projects and activities may be specified under the Framework Agreement for Building Maintenance and Refurbishment Works. The frequency, scale and nature of works/services may vary depending on the needs of the Contracting Authority and the urgency of the work required.
Procedure identifier : 3c227971-52e2-4a73-8078-e5f876f4fb06
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45453000 Overhaul and refurbishment work
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 45259300 Heating-plant repair and maintenance work
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45442110 Painting work of buildings
Additional classification ( cpv ): 71314310 Heating engineering services for buildings
Additional classification ( cpv ): 79993000 Building and facilities management services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 0 Euro
Maximum value of the framework agreement : 700 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Party Framework Agreement for Facilities Management at Inland Fisheries Ireland CityWest HQ and Warehouse
Description : To establish and operate a Single Supplier Framework Agreement for Facilities Management at both buildings in CityWest. A large variety of projects and activities may be specified under the Framework Agreement for Building Maintenance and Refurbishment Works. The frequency, scale and nature of works/services may vary depending on the needs of the Contracting Authority and the urgency of the work required.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45453000 Overhaul and refurbishment work
Additional classification ( cpv ): 50700000 Repair and maintenance services of building installations
Additional classification ( cpv ): 50720000 Repair and maintenance services of central heating
Additional classification ( cpv ): 50750000 Lift-maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 50710000 Repair and maintenance services of electrical and mechanical building installations
Additional classification ( cpv ): 45259300 Heating-plant repair and maintenance work
Additional classification ( cpv ): 45261900 Roof repair and maintenance work
Additional classification ( cpv ): 45210000 Building construction work
Additional classification ( cpv ): 45442110 Painting work of buildings
Additional classification ( cpv ): 71314310 Heating engineering services for buildings
Additional classification ( cpv ): 79993000 Building and facilities management services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 700 000 Euro

5.1.6 General information

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 : Low fuel use and use of recycled materials
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Most Economically Advantageous Tender
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : Inland Fisheries Ireland
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, not following a tenderer's request to review the award, because of technical or procedural errors

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : Inland Fisheries Ireland
Registration number : 9750076W
Postal address : 3044 Lake Drive, Citywest Business Campus, Dublin D24 CK66
Town : Dublin
Postcode : D24 CK66
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 18842600
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

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 : bbdbcc59-741b-4e75-bf44-285a9f8d2060 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 07/10/2025 10:19 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00660367-2025
OJ S issue number : 193/2025
Publication date : 08/10/2025