Supply and installation of Wayfinding and Interpretation Hardware for two locations (i) the Royal Canal Greenway animation and (ii) the Shannon and Shannon­Erne

The Contracting Authority invites tenders for the establishment of a multi-party framework agreement with suitably qualified service providers for the provision and installation of interpretation hardware and wayfinding signage on waterways on the island of Ireland. This competition relates to the establishment of a multi-party framework with up to three …

CPV: 34928470 Oznake, 34928471 Materijali za označivanje, 34928472 Stupovi za označivanje, 34992000 Znakovi i svjetleći znakovi, 44423400 Znakovi i srodni artikli, 79822500 Usluge grafičkog oblikovanja, 92310000 Usluge umjetničkog i literarnog stvaralaštva i usluge prikazivanja, 92312000 Umjetničke usluge
rok:
24. lipnja 2025. 12:00
vrsta roka:
nadmetanje
mjesto izvršenja:
Supply and installation of Wayfinding and Interpretation Hardware for two locations (i) the Royal Canal Greenway animation and (ii) the Shannon and Shannon­Erne
registar:
Waterways Ireland_225
nagradni broj:
0

1. Buyer

1.1 Buyer

Official name : Waterways Ireland_225
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Supply and installation of Wayfinding and Interpretation Hardware for two locations (i) the Royal Canal Greenway animation and (ii) the Shannon and Shannon­Erne
Description : The Contracting Authority invites tenders for the establishment of a multi-party framework agreement with suitably qualified service providers for the provision and installation of interpretation hardware and wayfinding signage on waterways on the island of Ireland. This competition relates to the establishment of a multi-party framework with up to three (3) Economic Operators. The term of the framework agreement will be for a maximum period of four (4) years. The Contracting Authority will award an initial contract from the framework agreement for the supply and installation of wayfinding signage and interpretation hardware on the Royal Canal and on the Shannon and Shannon Erne waterways. The initial contract covers the supply and installation of equipment at both waterway locations and tenderers must demonstrate their capacity and ability to deliver the services within the timeframes set out below: - 1. Royal Canal supply and installation required by October 2025 2. Shannon / Shannon-Erne supply and installation required by November 2025 The Contracting Authority intend to award similar contracts for other waterways during the term of the framework agreement. This will be subject to funding being available. There is no guarantee of additional contracts, but where they arise, the Contracting Authority will consult the members of the framework agreement in accordance with the rules of operation outlined in this Request for Tender.
Procedure identifier : e7912e2c-e14e-4907-83b6-2b0b3198b5ed
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34928470 Signage
Additional classification ( cpv ): 34928471 Sign materials
Additional classification ( cpv ): 34928472 Sign posts
Additional classification ( cpv ): 34992000 Signs and illuminated signs
Additional classification ( cpv ): 44423400 Signs and related items
Additional classification ( cpv ): 92310000 Artistic and literary creation and interpretation services
Additional classification ( cpv ): 92312000 Artistic services
Additional classification ( cpv ): 79822500 Graphic design services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 4 000 000 Euro

2.1.4 General information

Additional information : Additional information: Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 5749006 (1) Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Login to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the dropdown menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (2) When finalising your tender submission please upload your final response as a ZIP file as individual documents may lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not necessarily imply you have successfully submitted your response. (3) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (4) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EUSupply. The submit button will be disable automatically upon the expiration of the response deadline. (5) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irisheprochelpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (6) Tenders submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (7) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ( www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties. (8) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response (9) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (10) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (11) Where applicable, please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended. (12) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Supply and installation of Wayfinding and Interpretation Hardware for two locations (i) the Royal Canal Greenway animation and (ii) the Shannon and Shannon­Erne
Description : The Contracting Authority invites tenders for the establishment of a multi-party framework agreement with suitably qualified service providers for the provision and installation of interpretation hardware and wayfinding signage on waterways on the island of Ireland. This competition relates to the establishment of a multi-party framework with up to three (3) Economic Operators. The term of the framework agreement will be for a maximum period of four (4) years. The Contracting Authority will award an initial contract from the framework agreement for the supply and installation of wayfinding signage and interpretation hardware on the Royal Canal and on the Shannon and Shannon Erne waterways. The initial contract covers the supply and installation of equipment at both waterway locations and tenderers must demonstrate their capacity and ability to deliver the services within the timeframes set out below: - 1. Royal Canal supply and installation required by October 2025 2. Shannon / Shannon-Erne supply and installation required by November 2025 The Contracting Authority intend to award similar contracts for other waterways during the term of the framework agreement. This will be subject to funding being available. There is no guarantee of additional contracts, but where they arise, the Contracting Authority will consult the members of the framework agreement in accordance with the rules of operation outlined in this Request for Tender.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34928470 Signage
Additional classification ( cpv ): 34928471 Sign materials
Additional classification ( cpv ): 34928472 Sign posts
Additional classification ( cpv ): 34992000 Signs and illuminated signs
Additional classification ( cpv ): 44423400 Signs and related items
Additional classification ( cpv ): 92310000 Artistic and literary creation and interpretation services
Additional classification ( cpv ): 92312000 Artistic services
Additional classification ( cpv ): 79822500 Graphic design services

5.1.2 Place of performance

Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Euro
Maximum value of the framework agreement : 4 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Just Transition Fund (2021/2027)
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Proposal for end of life solution for products including collection arrangement, disposal arrangements, reuse or recycling of any elements.
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : National Green Public Procurement criteria
Social objective promoted : Other
Innovative objective : The procured works, supplies, or services entail process innovation

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

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 : 24/06/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 24/06/2025 12:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 3
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 -
Information about review deadlines : The Four Courts
Organisation providing offline access to the procurement documents : Waterways Ireland_225 -
Organisation receiving requests to participate : Waterways Ireland_225 -
Organisation processing tenders : Waterways Ireland_225 -

8. Organisations

8.1 ORG-0001

Official name : Waterways Ireland_225
Registration number : Unknown
Postal address : 2 Sligo Road
Town : Enniskillen
Postcode : BT74 7JY
Country subdivision (NUTS) : Border ( IE041 )
Country : United Kingdom
Telephone : 02866323004
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

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 : dfbfb0f6-2d51-4160-9235-8318b2e91872 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/05/2025 12:19 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00337970-2025
OJ S issue number : 100/2025
Publication date : 26/05/2025