A Multi-Operator Framework Agreement for the provision of Design, Procurement and Supervision Services on Residential Construction, Refurbishment and Extension Projects

FRAMEWORK INFORMATION MEMORANDUM for the establishment of A MULTI-OPERATOR FRAMEWORK AGREEMENT for the provision of DESIGN, PROCUREMENT AND SUPERVISION SERVICES ON RESIDENTIAL CONSTRUCTION/REFURBISHMENT/EXTENSION PROJECTS FRAMEWORK INFORMATION MEMORANDUM for the establishment of A MULTI-OPERATOR FRAMEWORK AGREEMENT for the provision of DESIGN, PROCUREMENT AND SUPERVISION SERVICES ON RESIDENTIAL CONSTRUCTION/REFURBISHMENT/EXTENSION PROJECTS

CPV: 71221000 Services d'architecte pour les bâtiments, 71222000 Services d'architecte pour la conception d'ouvrages extérieurs, 71223000 Services d'architecte pour des travaux d'extension de bâtiment, 71400000 Services d'urbanisme et d'architecture paysagère
Lieu d'exécution:
A Multi-Operator Framework Agreement for the provision of Design, Procurement and Supervision Services on Residential Construction, Refurbishment and Extension Projects
Service d'adjudication:
Roscommon County Council_424
Numéro d'adjudication:
0

1. Buyer

1.1 Buyer

Official name : Roscommon County Council_424
Legal type of the buyer : Local authority
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : A Multi-Operator Framework Agreement for the provision of Design, Procurement and Supervision Services on Residential Construction, Refurbishment and Extension Projects
Description : FRAMEWORK INFORMATION MEMORANDUM for the establishment of A MULTI-OPERATOR FRAMEWORK AGREEMENT for the provision of DESIGN, PROCUREMENT AND SUPERVISION SERVICES ON RESIDENTIAL CONSTRUCTION/REFURBISHMENT/EXTENSION PROJECTS
Procedure identifier : e802f1a8-bf94-4cf6-822f-439a70b701d9
Previous notice : 5b81a525-2c42-4a70-819b-7b60243b5c19-01
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services

2.1.2 Place of performance

Country subdivision (NUTS) : West ( IE042 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 2 000 000 Euro
Maximum value of the framework agreement : 2 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : A Multi-Operator Framework Agreement for the provision of Design, Procurement and Supervision Services on Residential Construction, Refurbishment and Extension Projects
Description : FRAMEWORK INFORMATION MEMORANDUM for the establishment of A MULTI-OPERATOR FRAMEWORK AGREEMENT for the provision of DESIGN, PROCUREMENT AND SUPERVISION SERVICES ON RESIDENTIAL CONSTRUCTION/REFURBISHMENT/EXTENSION PROJECTS
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71222000 Architectural services for outdoor areas
Additional classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71400000 Urban planning and landscape architectural services

5.1.2 Place of performance

Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 2 000 000 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 : Consulting services to reduce BER ratings in council owned houses
Approach to reducing environmental impacts : Climate change adaptation
Green Procurement Criteria : National Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Cost
Description : As per Tender Documents
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 : Roscommon County Council_424
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Maximum value of the framework agreements in this notice : 200 000 Euro
Approximate value of the framework agreements : 2 000 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 2 000 000 Euro
Re-estimated value of the framework agreement : 2 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : TA Group
Tender :
Tender identifier : 000126229
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 429180
Date on which the winner was chosen : 01/10/2025
Date of the conclusion of the contract : 02/10/2025
Winner :
Official name : Waldron and Associates
Tender :
Tender identifier : 000126088
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 429182
Date on which the winner was chosen : 01/10/2025
Date of the conclusion of the contract : 02/10/2025
Winner :
Official name : Sweeney Architects
Tender :
Tender identifier : 000126431
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 429183
Date on which the winner was chosen : 01/10/2025
Date of the conclusion of the contract : 02/10/2025
Winner :
Official name : Collins Boyd Engineering Limited
Tender :
Tender identifier : 000126416
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 429181
Date on which the winner was chosen : 01/10/2025
Date of the conclusion of the contract : 02/10/2025

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 : 4

8. Organisations

8.1 ORG-0001

Official name : Roscommon County Council_424
Registration number : 0001736H
Postal address : Áras and Chontae, Roscommon Town
Town : Roscommon
Postcode : F42 VR98
Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Telephone : +353 906637100
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : TA Group
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 712814
Postal address : Suite 4 Cairn International Trade Centre Kiltimagh Co Mayo
Town : Kiltimagh
Postcode : F12X0Y7
Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Telephone : 094 0941049
Internet address : www.tagroup.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : Waldron and Associates
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 6403946M
Postal address : The Square Claremorris
Town : Mayo
Postcode : NA
Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Sweeney Architects
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 9501496F
Postal address : Block A Gem Park Athlone Road
Town : Longford
Postcode : NA
Country subdivision (NUTS) : Midland ( IE063 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Collins Boyd Engineering Limited
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 396452
Postal address : Galway Road
Town : Roscommon
Postcode : F42V344
Country subdivision (NUTS) : West ( IE042 )
Country : Ireland
Telephone : 0906634421
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

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-0007

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 : 476e9799-f6e8-4670-9da6-370384af59ff - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 02/10/2025 15:31 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00651027-2025
OJ S issue number : 191/2025
Publication date : 06/10/2025