Framework Agreement for Pavement and Associated Minor Works on National Primary and National Secondary Roads in Co. Donegal

The Contracting Authority wishes to establish and operate a multi-supplier Framework Agreement (“the Framework Agreement”) for the provision of pavement asset repair, renewal and associated minor works for national road schemes. The proposed number of framework contractors (“Participants”) will be minimum 3 and maximum 8 (provided sufficient tenderers qualify for …

CPV: 45233220 Surface work for roads
spriocdháta:
DFómh. 17, 2025, meán oíche
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Framework Agreement for Pavement and Associated Minor Works on National Primary and National Secondary Roads in Co. Donegal
clárlann:
Donegal County Council_1193
uimhir dámhachtana:
0

1. Buyer

1.1 Buyer

Official name : Donegal County Council_1193
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Framework Agreement for Pavement and Associated Minor Works on National Primary and National Secondary Roads in Co. Donegal
Description : The Contracting Authority wishes to establish and operate a multi-supplier Framework Agreement (“the Framework Agreement”) for the provision of pavement asset repair, renewal and associated minor works for national road schemes. The proposed number of framework contractors (“Participants”) will be minimum 3 and maximum 8 (provided sufficient tenderers qualify for admission to the framework). The Framework, if established, shall operate for a period (“the Framework Period”) of 24 months and the Contracting Authority reserves the right, at its sole discretion, to extend the Framework Period by a further 24 months in 12 months increments such that the total Framework Period will not exceed 48 months. The indicative target timetable is that the framework may be awarded in Q4 2025. Works Contracts will subsequently be awarded on an as required basis. The public body entitled to purchase through the Framework Agreement is: • The Contracting Authority conducting this competition. Where the Contracting Authority requires works to be undertaken under the Framework Agreement, it will do so by way of awarding contract(s) (“the Works Contracts”) to a framework Participant following a mini competition carried out as per the ‘call off by competition’ procedure indicated in the Framework Agreement. Detailed technical requirements will be set out for each mini-competition for each Works Contract. The number of Works Contracts in a year is unlikely to exceed 10. Typically, the value of each Works Contract would approximately range from €350,000 to €3,000,000. The values and number of Works Contracts are indicative only and there is no guarantee that this volume of work will be awarded under the framework. Moreover, notwithstanding the establishment of a Framework Agreement, the Contracting Authority may procure the work in other ways and the Contracting Authority does not guarantee that any work will be procured under this Framework Agreement
Procedure identifier : 8e8714da-08a7-492e-9f59-48d5a7aeb689
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233220 Surface work for roads

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 : 0 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Framework Agreement for Pavement and Associated Minor Works on National Primary and National Secondary Roads in Co. Donegal
Description : The Contracting Authority wishes to establish and operate a multi-supplier Framework Agreement (“the Framework Agreement”) for the provision of pavement asset repair, renewal and associated minor works for national road schemes. The proposed number of framework contractors (“Participants”) will be minimum 3 and maximum 8 (provided sufficient tenderers qualify for admission to the framework). The Framework, if established, shall operate for a period (“the Framework Period”) of 24 months and the Contracting Authority reserves the right, at its sole discretion, to extend the Framework Period by a further 24 months in 12 months increments such that the total Framework Period will not exceed 48 months. The indicative target timetable is that the framework may be awarded in Q4 2025. Works Contracts will subsequently be awarded on an as required basis. The public body entitled to purchase through the Framework Agreement is: • The Contracting Authority conducting this competition. Where the Contracting Authority requires works to be undertaken under the Framework Agreement, it will do so by way of awarding contract(s) (“the Works Contracts”) to a framework Participant following a mini competition carried out as per the ‘call off by competition’ procedure indicated in the Framework Agreement. Detailed technical requirements will be set out for each mini-competition for each Works Contract. The number of Works Contracts in a year is unlikely to exceed 10. Typically, the value of each Works Contract would approximately range from €350,000 to €3,000,000. The values and number of Works Contracts are indicative only and there is no guarantee that this volume of work will be awarded under the framework. Moreover, notwithstanding the establishment of a Framework Agreement, the Contracting Authority may procure the work in other ways and the Contracting Authority does not guarantee that any work will be procured under this Framework Agreement
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233220 Surface work for roads

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 : 0 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
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

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 13/10/2025 00:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 17/10/2025 00:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 17/10/2025 00:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : Donegal County Council_1193
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Donegal County Council_1193
Organisation processing tenders : Donegal County Council_1193

8. Organisations

8.1 ORG-0001

Official name : Donegal County Council_1193
Registration number : 8F28103W
Postal address : County House
Town : Lifford
Postcode : F93 Y622
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 749153900
Internet address : https://www.donegalcoco.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
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 : 61d64e63-0950-4b03-9f89-177d0c3c9e9b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2025 14:33 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00609578-2025
OJ S issue number : 179/2025
Publication date : 18/09/2025