Request for Tenders dated 3rd March 2025 for the Provision of Furniture Removal and Furniture Maintenance Services.

In summary: Revenue are requesting tenders for the provision of Furniture Removal and Furniture Maintenance Services. Revenue are involved in office consolidation projects with the Office of Public Works (“OPW"). This involves office furniture relocation within a building to different sites (Revenue have approximately 80 sites listed at Appendix 7 …

CPV: 50850000 Mööbli remondi- ja hooldusteenused, 50000000 Remondi- ja hooldusteenused, 50800000 Mitmesugused remondi- ja hooldusteenused, 60000000 Transporditeenused (v.a jäätmetransport), 39000000 Mööbel (sh kontorimööbel), sisustus, kodumasinad (v.a valgustus) ja puhastusvahendid, 39130000 Kontorimööbel, 39100000 Mööbel
Täitmise koht:
Request for Tenders dated 3rd March 2025 for the Provision of Furniture Removal and Furniture Maintenance Services.
Auhindade andmise asutus:
Office of the Revenue Commissioners_366
Auhinna number:
0

1. Buyer

1.1 Buyer

Official name : Office of the Revenue Commissioners_366
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Request for Tenders dated 3rd March 2025 for the Provision of Furniture Removal and Furniture Maintenance Services.
Description : In summary: Revenue are requesting tenders for the provision of Furniture Removal and Furniture Maintenance Services. Revenue are involved in office consolidation projects with the Office of Public Works (“OPW"). This involves office furniture relocation within a building to different sites (Revenue have approximately 80 sites listed at Appendix 7 of this document). The Services will be required on an ad-hoc basis depending on Revenue’s operational requirements. The workload will be variable, with occasional periods of increased activity during peak times or during specific projects. The tasks include but are not limited to, the relocation of furniture and files, dismantling and reassembly of furniture, the removal, disposal and recycling of obsolete furniture from Revenue offices, and repairs to furniture This is a non-exhaustive list and other items/types of furniture may be included. On occasion there is also a need for disposal/recycling of electrical and electronic equipment through WEEE Ireland waste management services.
Procedure identifier : 2fbde1ee-8c0c-4549-80b6-f48e136823d9
Previous notice : f083ac32-249f-4b7f-80b3-d54c58243845-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50850000 Repair and maintenance services of furniture
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39100000 Furniture

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 200 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Request for Tenders dated 3rd March 2025 for the Provision of Furniture Removal and Furniture Maintenance Services.
Description : In summary: Revenue are requesting tenders for the provision of Furniture Removal and Furniture Maintenance Services. Revenue are involved in office consolidation projects with the Office of Public Works (“OPW"). This involves office furniture relocation within a building to different sites (Revenue have approximately 80 sites listed at Appendix 7 of this document). The Services will be required on an ad-hoc basis depending on Revenue’s operational requirements. The workload will be variable, with occasional periods of increased activity during peak times or during specific projects. The tasks include but are not limited to, the relocation of furniture and files, dismantling and reassembly of furniture, the removal, disposal and recycling of obsolete furniture from Revenue offices, and repairs to furniture This is a non-exhaustive list and other items/types of furniture may be included. On occasion there is also a need for disposal/recycling of electrical and electronic equipment through WEEE Ireland waste management services.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50850000 Repair and maintenance services of furniture
Additional classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50800000 Miscellaneous repair and maintenance services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Additional classification ( cpv ): 39130000 Office furniture
Additional classification ( cpv ): 39100000 Furniture

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 200 000 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 : Quality
Description : Quality of the proposed services
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Cost
Description : Costs of the proposed services
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Office of the Revenue Commissioners_366
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 400 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Oman-Beverly Smyth
Tender :
Tender identifier : 000103090
Identifier of lot or group of lots : LOT-0001
Value of the tender : 400 000 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Description : Recycling Services that form part of the services contract
Contract information :
Identifier of the contract : 422590
Date on which the winner was chosen : 08/05/2025
Date of the conclusion of the contract : 10/06/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Office of the Revenue Commissioners_366
Registration number : 4000098F
Postal address : Dublin Castle
Town : Dublin 2
Postcode : D02 R940
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 3536354000
Internet address : https://www.revenue.ie
Buyer profile : https://www.revenue.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Oman-Beverly Smyth
Size of the economic operator : Medium
Registration number : 406598
Postal address : Atlantic House, Kill, Co. Kildare W91 W425
Town : Kill
Postcode : D15 CDR0
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35345886300
Fax : +35345878176
Internet address : www.omanbeverlysmyth.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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 : a51b2de2-3637-4fa9-8dab-9a07c57841db - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 30/07/2025 12:46 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00501243-2025
OJ S issue number : 145/2025
Publication date : 31/07/2025