Dublin City Council Multi Party Framework Agreement for the provision of for the provision of Standard Lighting Columns, Lighting Brackets and Section Pillars in 5 (five) lots

Dublin City Council is looking to establish a Multi-Operator Framework Agreement for the provision of lighting columns, brackets, and section pillars in five different categories. Tenderers can apply for one or more Lots, with contracts being awarded to the highest scoring suppliers. The Framework will be established through an open …

CPV: 44212224 Õhuliinide kandepostid, 34928500 Tänavavalgustusseadmed, 32542000 Lülituspaneelid, 34928520 Prožektorite postid, 34928510 Tänavavalgustuspostid, 31000000 Elektrimasinad, -aparaadid, -seadmed ja -tarvikud; valgustus, 31500000 Valgustusseadmed ja elektrilambid, 31530000 Lampide ja valgusseadmete osad, 31211110 Juhtpaneelid, 44212226 Elektripostid, 34993000 Tänavavalgustid, 31527200 Välisvalgustid, 31527260 Valgustussüsteemid, 31682100 Elektrikarbid, 31682200 Armatuurlauad, 34920000 Teedevarustus
Täitmise koht:
Dublin City Council Multi Party Framework Agreement for the provision of for the provision of Standard Lighting Columns, Lighting Brackets and Section Pillars in 5 (five) lots
Auhindade andmise asutus:
Dublin City Council
Auhinna number:
1

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 Multi Party Framework Agreement for the provision of for the provision of Standard Lighting Columns, Lighting Brackets and Section Pillars in 5 (five) lots
Description : Dublin City Council is looking to establish a Multi-Operator Framework Agreement for the provision of lighting columns, brackets, and section pillars in five different categories. Tenderers can apply for one or more Lots, with contracts being awarded to the highest scoring suppliers. The Framework will be established through an open procedure in compliance with EU regulations. Successful Tenderers must meet financial and technical requirements outlined in the Framework documentation. Contracts will initially be awarded for 12 months with the option to extend. The client may use a cascade method or mini-competitions to award contracts, and admission to the framework does not guarantee a contract award comments re description
Procedure identifier : d80274fb-12fe-433b-8954-b3d8bf87006d
Previous notice : e1adbf07-3461-4e9e-b6c8-90d9fab082cc-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44212224 Poles for carrying overhead lines
Additional classification ( cpv ): 34928500 Street-lighting equipment
Additional classification ( cpv ): 32542000 Switchboard panels
Additional classification ( cpv ): 34928520 Lampposts
Additional classification ( cpv ): 34928510 Street-lighting columns
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31211110 Control panels
Additional classification ( cpv ): 44212226 Electricity poles
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 31527200 Exterior lights
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31682100 Electricity boxes
Additional classification ( cpv ): 31682200 Instrument panels
Additional classification ( cpv ): 34920000 Road equipment

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 1 250 000 Euro
Maximum value of the framework agreement : 1 250 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Standard Columns
Description : Dublin City Council is looking to establish a Multi-Operator Framework Agreement for the provision of lighting columns, brackets, and section pillars in five different categories. Tenderers can apply for one or more Lots, with contracts being awarded to the highest scoring suppliers. The Framework will be established through an open procedure in compliance with EU regulations. Successful Tenderers must meet financial and technical requirements outlined in the Framework documentation. Contracts will initially be awarded for 12 months with the option to extend. The client may use a cascade method or mini-competitions to award contracts, and admission to the framework does not guarantee a contract award comments re description
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44212224 Poles for carrying overhead lines
Additional classification ( cpv ): 34928500 Street-lighting equipment
Additional classification ( cpv ): 32542000 Switchboard panels
Additional classification ( cpv ): 34928520 Lampposts
Additional classification ( cpv ): 34928510 Street-lighting columns
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31211110 Control panels
Additional classification ( cpv ): 44212226 Electricity poles
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 31527200 Exterior lights
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31682100 Electricity boxes
Additional classification ( cpv ): 31682200 Instrument panels
Additional classification ( cpv ): 34920000 Road equipment

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 : 1 250 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : 50% Ultimate Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : 20% Delivery Schedule
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : 10% Operational Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Contract Management Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Detailed Health & Safety Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with 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 : Dublin City Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Dublin City Council
Organisation signing the contract : Dublin City Council

5.1 Lot technical ID : LOT-0002

Title : Conical Columns and Brackets
Description : Dublin City Council is looking to establish a Multi-Operator Framework Agreement for the provision of lighting columns, brackets, and section pillars in five different categories. Tenderers can apply for one or more Lots, with contracts being awarded to the highest scoring suppliers. The Framework will be established through an open procedure in compliance with EU regulations. Successful Tenderers must meet financial and technical requirements outlined in the Framework documentation. Contracts will initially be awarded for 12 months with the option to extend. The client may use a cascade method or mini-competitions to award contracts, and admission to the framework does not guarantee a contract award comments re description
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44212224 Poles for carrying overhead lines
Additional classification ( cpv ): 34928500 Street-lighting equipment
Additional classification ( cpv ): 32542000 Switchboard panels
Additional classification ( cpv ): 34928520 Lampposts
Additional classification ( cpv ): 34928510 Street-lighting columns
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31211110 Control panels
Additional classification ( cpv ): 44212226 Electricity poles
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 31527200 Exterior lights
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31682100 Electricity boxes
Additional classification ( cpv ): 31682200 Instrument panels
Additional classification ( cpv ): 34920000 Road equipment

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 : 1 250 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : 50% Ultimate Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : 20% Delivery Schedule
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : 10% Operational Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Contract Management Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Detailed Health & Safety Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with 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 : Dublin City Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Dublin City Council
Organisation signing the contract : Dublin City Council

5.1 Lot technical ID : LOT-0003

Title : Hinged Columns
Description : Dublin City Council is looking to establish a Multi-Operator Framework Agreement for the provision of lighting columns, brackets, and section pillars in five different categories. Tenderers can apply for one or more Lots, with contracts being awarded to the highest scoring suppliers. The Framework will be established through an open procedure in compliance with EU regulations. Successful Tenderers must meet financial and technical requirements outlined in the Framework documentation. Contracts will initially be awarded for 12 months with the option to extend. The client may use a cascade method or mini-competitions to award contracts, and admission to the framework does not guarantee a contract award comments re description
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44212224 Poles for carrying overhead lines
Additional classification ( cpv ): 34928500 Street-lighting equipment
Additional classification ( cpv ): 32542000 Switchboard panels
Additional classification ( cpv ): 34928520 Lampposts
Additional classification ( cpv ): 34928510 Street-lighting columns
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31211110 Control panels
Additional classification ( cpv ): 44212226 Electricity poles
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 31527200 Exterior lights
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31682100 Electricity boxes
Additional classification ( cpv ): 31682200 Instrument panels
Additional classification ( cpv ): 34920000 Road equipment

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 : 1 250 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : 50% Ultimate Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : 20% Delivery Schedule
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : 10% Operational Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Contract Management Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Detailed Health & Safety Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with 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 : Dublin City Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Dublin City Council
Organisation signing the contract : Dublin City Council

5.1 Lot technical ID : LOT-0004

Title : Public Lighting Section Pillars
Description : Dublin City Council is looking to establish a Multi-Operator Framework Agreement for the provision of lighting columns, brackets, and section pillars in five different categories. Tenderers can apply for one or more Lots, with contracts being awarded to the highest scoring suppliers. The Framework will be established through an open procedure in compliance with EU regulations. Successful Tenderers must meet financial and technical requirements outlined in the Framework documentation. Contracts will initially be awarded for 12 months with the option to extend. The client may use a cascade method or mini-competitions to award contracts, and admission to the framework does not guarantee a contract award comments re description
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44212224 Poles for carrying overhead lines
Additional classification ( cpv ): 34928500 Street-lighting equipment
Additional classification ( cpv ): 32542000 Switchboard panels
Additional classification ( cpv ): 34928520 Lampposts
Additional classification ( cpv ): 34928510 Street-lighting columns
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31211110 Control panels
Additional classification ( cpv ): 44212226 Electricity poles
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 31527200 Exterior lights
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31682100 Electricity boxes
Additional classification ( cpv ): 31682200 Instrument panels
Additional classification ( cpv ): 34920000 Road equipment

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 : 1 250 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : 50% Ultimate Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : 20% Delivery Schedule
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : 10% Operational Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Contract Management Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Detailed Health & Safety Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with 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 : Dublin City Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Dublin City Council

5.1 Lot technical ID : LOT-0005

Title : Standard Brackets
Description : Dublin City Council is looking to establish a Multi-Operator Framework Agreement for the provision of lighting columns, brackets, and section pillars in five different categories. Tenderers can apply for one or more Lots, with contracts being awarded to the highest scoring suppliers. The Framework will be established through an open procedure in compliance with EU regulations. Successful Tenderers must meet financial and technical requirements outlined in the Framework documentation. Contracts will initially be awarded for 12 months with the option to extend. The client may use a cascade method or mini-competitions to award contracts, and admission to the framework does not guarantee a contract award comments re description
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 44212224 Poles for carrying overhead lines
Additional classification ( cpv ): 34928500 Street-lighting equipment
Additional classification ( cpv ): 32542000 Switchboard panels
Additional classification ( cpv ): 34928520 Lampposts
Additional classification ( cpv ): 34928510 Street-lighting columns
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31500000 Lighting equipment and electric lamps
Additional classification ( cpv ): 31530000 Parts of lamps and lighting equipment
Additional classification ( cpv ): 31211110 Control panels
Additional classification ( cpv ): 44212226 Electricity poles
Additional classification ( cpv ): 34993000 Road lights
Additional classification ( cpv ): 31527200 Exterior lights
Additional classification ( cpv ): 31527260 Lighting systems
Additional classification ( cpv ): 31682100 Electricity boxes
Additional classification ( cpv ): 31682200 Instrument panels
Additional classification ( cpv ): 34920000 Road equipment

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 : 1 250 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Cost
Description : 50% Ultimate Cost
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Description : 20% Delivery Schedule
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Description : 10% Operational Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Contract Management Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : 10% Detailed Health & Safety Proposal
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with 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 : Dublin City Council
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation executing the payment : Dublin City Council
Organisation signing the contract : Dublin City Council

6. Results

Maximum value of the framework agreements in this notice : 1 250 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 250 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lampost construction
Tender :
Tender identifier : 000082197
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 422001
Date on which the winner was chosen : 15/05/2025
Date of the conclusion of the contract : 14/07/2025
Organisation signing the contract : Dublin City Council

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 250 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lampost construction
Tender :
Tender identifier : 000082197
Identifier of lot or group of lots : LOT-0002
Subcontracting : No
Contract information :
Identifier of the contract : 422002
Date on which the winner was chosen : 15/05/2025
Date of the conclusion of the contract : 14/07/2025
Organisation signing the contract : Dublin City Council

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 250 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lampost construction
Tender :
Tender identifier : 000082197
Identifier of lot or group of lots : LOT-0003
Subcontracting : No
Contract information :
Identifier of the contract : 422003
Date on which the winner was chosen : 15/05/2025
Date of the conclusion of the contract : 14/07/2025
Organisation signing the contract : Dublin City Council

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 250 000 Euro

6.1.2 Information about winners

Winner :
Official name : SWARCO Ireland Limited
Tender :
Tender identifier : 000082191
Identifier of lot or group of lots : LOT-0004
Subcontracting : No
Contract information :
Identifier of the contract : 422004
Date on which the winner was chosen : 15/05/2025
Date of the conclusion of the contract : 14/07/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 1 250 000 Euro

6.1.2 Information about winners

Winner :
Official name : Lampost construction
Tender :
Tender identifier : 000082197
Identifier of lot or group of lots : LOT-0005
Subcontracting : No
Contract information :
Identifier of the contract : 422005
Date on which the winner was chosen : 15/05/2025
Date of the conclusion of the contract : 14/07/2025
Organisation signing the contract : Dublin City Council

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

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 2222222
Internet address : https://www.dublincity.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Lampost construction
Size of the economic operator : Micro, small, or medium
Registration number : 6381586Q
Town : Greenore
Postcode : Co Louth
Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0005

8.1 ORG-0003

Official name : SWARCO Ireland Limited
Size of the economic operator : Micro, small, or medium
Registration number : 9802537T
Postal address : Essmore House, 4 Kylemore Business Park, Kylemore Way
Town : Dublin
Postcode : D08EWP2
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0866476022
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0004

8.1 ORG-0004

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-0005

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 : 2d601526-3bc6-4705-96ad-8d23b00251bb - 04
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 06/08/2025 14:07 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00522575-2025
OJ S issue number : 151/2025
Publication date : 08/08/2025