Multi Framework Agreement for the design supply delivery and installation of shelving and furniture in 4 lots, within Dublin City Libraries Branch Network and administrative offices

Dublin City Council, Library Services, proposes to establish a Multi-Party Framework Agreement for 4 years, for the Design, Supply and Delivery of Library Furniture and Shelving, and Office Furniture. Dublin City Council Libraries reserves the right, at its discretion, to extend the Term for a period or periods of up …

CPV: 39130000 Irodabútor, 39100000 Bútorok, 39134000 Számítógépes bútor, 39150000 Különféle bútorok és felszerelések, 39151000 Különféle bútorok, 39151300 Elemes bútor, 39153000 Konferenciatermi bútor, 39155000 Könyvtári bútor, 39156000 Váró- és fogadótermi bútor, 39161000 Óvodai bútor, 45421153 Beépített bútor szerelése, 79934000 Bútortervezési szolgáltatások
Határidő:
2025. július 11. 17:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Multi Framework Agreement for the design supply delivery and installation of shelving and furniture in 4 lots, within Dublin City Libraries Branch Network and administrative offices
Díjat odaítélő szervezet:
Dublin City Council
Díj száma:
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 : Multi Framework Agreement for the design supply delivery and installation of shelving and furniture in 4 lots, within Dublin City Libraries Branch Network and administrative offices
Description : Dublin City Council, Library Services, proposes to establish a Multi-Party Framework Agreement for 4 years, for the Design, Supply and Delivery of Library Furniture and Shelving, and Office Furniture. Dublin City Council Libraries reserves the right, at its discretion, to extend the Term for a period or periods of up to Twelve (12) months with a maximum of Two (2) such extension or extensions on the same terms and conditions, subject to the Dublin City Council’s obligations at law. The Term will not exceed six (6) years in aggregate. The requirements will include the design and provision of library shelving, library furniture and bespoke furniture to offer full library solutions. It is expected that the successful tenderer(s) can when required produce satisfactory drawings/representations of proposed designs and layouts. Some element of complimenting of existing furniture will also be required. The requirements of this framework will include but may not be limited to the below: • Adult library area shelving • Adult library area issue/circulation desk and storage • Adult library IT area desks and chairs • Adult library area easy seating/newspaper display • Adult library area study desks and chairs • Adult library area additional items • Meeting room table and chairs • Office furniture and storage • Young adult library area shelving and seating • Children’s library area shelving • Children’s library area tables and chairs • Children’s library area story and activity zone with storage and seating options • Children’s library area additional items • Design and production of digital and/or soft copy representation of proposed layout options (when appropriate). Tenderers should take due care and attention to the detailed requirements set out in this section of this RTF. Tenderers should satisfy themselves that they have the ability, capacity and resources to carry out these services on behalf of DCC Library Services. These services must be responsive and delivered to a high standard that meets DCC expectations. The requirements are divided into 4 Lots: Lot 1 General Library Furniture Annual Spend Circa €130K Turnover Requirements €200K Lot 2 Children’s Library Furniture Annual Spend Circa €80K Turnover Requirements €150K Lot 3 Shelving Annual Spend Circa €160K Turnover Requirements €200K Lot 4 Office Furniture Annual Spend Circa €30K Turnover Requirements €80K Note: This is a estimated spend per Lot and the maximum value of the framework is €3 million over 6 years (including extensions.) Tenderers may bid for any or all 4 Lots, taking note of the Economic and Financial Standing threshold requirements listed for each or any combination of lots within the guidance. Each Lot will be individually assessed, and as such the authority will award contracts for each Lot which could result in a Tenderer being appointed to one, two or all 4 Lots. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created.
Procedure identifier : e60ab233-44ad-49b1-97e7-00e2aec6591a
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 ): 39155000 Library furniture
Additional classification ( cpv ): 79934000 Furniture design services
Additional classification ( cpv ): 45421153 Installation of built-in furniture
Additional classification ( cpv ): 39134000 Computer furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Additional classification ( cpv ): 39151300 Modular furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39130000 Office furniture

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 3 000 000 Euro

2.1.4 General information

Additional information : Please be advised that this Multi-Party Framework Agreement is for a period of 4 years. The initial contract is for a period of 6 years inclusive of extensions.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

5. Lot

5.1 Lot technical ID : LOT-0001

Title : General Library Furniture
Description : Dublin City Council, Library Services, proposes to establish a Multi-Party Framework Agreement for 4 years, for the Design, Supply and Delivery of Library Furniture and Shelving, and Office Furniture. Dublin City Council Libraries reserves the right, at its discretion, to extend the Term for a period or periods of up to Twelve (12) months with a maximum of Two (2) such extension or extensions on the same terms and conditions, subject to the Dublin City Council’s obligations at law. The Term will not exceed six (6) years in aggregate. The requirements will include the design and provision of library shelving, library furniture and bespoke furniture to offer full library solutions. It is expected that the successful tenderer(s) can when required produce satisfactory drawings/representations of proposed designs and layouts. Some element of complimenting of existing furniture will also be required. The requirements of this framework will include but may not be limited to the below: • Adult library area shelving • Adult library area issue/circulation desk and storage • Adult library IT area desks and chairs • Adult library area easy seating/newspaper display • Adult library area study desks and chairs • Adult library area additional items • Meeting room table and chairs • Office furniture and storage • Young adult library area shelving and seating • Children’s library area shelving • Children’s library area tables and chairs • Children’s library area story and activity zone with storage and seating options • Children’s library area additional items • Design and production of digital and/or soft copy representation of proposed layout options (when appropriate). Tenderers should take due care and attention to the detailed requirements set out in this section of this RTF. Tenderers should satisfy themselves that they have the ability, capacity and resources to carry out these services on behalf of DCC Library Services. These services must be responsive and delivered to a high standard that meets DCC expectations. The requirements are divided into 4 Lots: Lot 1 General Library Furniture Annual Spend Circa €130K Turnover Requirements €200K Lot 2 Children’s Library Furniture Annual Spend Circa €80K Turnover Requirements €150K Lot 3 Shelving Annual Spend Circa €160K Turnover Requirements €200K Lot 4 Office Furniture Annual Spend Circa €30K Turnover Requirements €80K Note: This is a estimated spend per Lot and the maximum value of the framework is €3 million over 6 years (including extensions.) Tenderers may bid for any or all 4 Lots, taking note of the Economic and Financial Standing threshold requirements listed for each or any combination of lots within the guidance. Each Lot will be individually assessed, and as such the authority will award contracts for each Lot which could result in a Tenderer being appointed to one, two or all 4 Lots. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 79934000 Furniture design services
Additional classification ( cpv ): 45421153 Installation of built-in furniture
Additional classification ( cpv ): 39134000 Computer furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Additional classification ( cpv ): 39151300 Modular furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39130000 Office furniture

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 : 3 000 000 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

5.1.11 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 : 11/07/2025 17:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 14/07/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
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 receiving requests to participate : Dublin City Council -
Organisation processing tenders : Dublin City Council -

5.1 Lot technical ID : LOT-0002

Title : Children's Library Furniture
Description : Dublin City Council, Library Services, proposes to establish a Multi-Party Framework Agreement for 4 years, for the Design, Supply and Delivery of Library Furniture and Shelving, and Office Furniture. Dublin City Council Libraries reserves the right, at its discretion, to extend the Term for a period or periods of up to Twelve (12) months with a maximum of Two (2) such extension or extensions on the same terms and conditions, subject to the Dublin City Council’s obligations at law. The Term will not exceed six (6) years in aggregate. The requirements will include the design and provision of library shelving, library furniture and bespoke furniture to offer full library solutions. It is expected that the successful tenderer(s) can when required produce satisfactory drawings/representations of proposed designs and layouts. Some element of complimenting of existing furniture will also be required. The requirements of this framework will include but may not be limited to the below: • Adult library area shelving • Adult library area issue/circulation desk and storage • Adult library IT area desks and chairs • Adult library area easy seating/newspaper display • Adult library area study desks and chairs • Adult library area additional items • Meeting room table and chairs • Office furniture and storage • Young adult library area shelving and seating • Children’s library area shelving • Children’s library area tables and chairs • Children’s library area story and activity zone with storage and seating options • Children’s library area additional items • Design and production of digital and/or soft copy representation of proposed layout options (when appropriate). Tenderers should take due care and attention to the detailed requirements set out in this section of this RTF. Tenderers should satisfy themselves that they have the ability, capacity and resources to carry out these services on behalf of DCC Library Services. These services must be responsive and delivered to a high standard that meets DCC expectations. The requirements are divided into 4 Lots: Lot 1 General Library Furniture Annual Spend Circa €130K Turnover Requirements €200K Lot 2 Children’s Library Furniture Annual Spend Circa €80K Turnover Requirements €150K Lot 3 Shelving Annual Spend Circa €160K Turnover Requirements €200K Lot 4 Office Furniture Annual Spend Circa €30K Turnover Requirements €80K Note: This is a estimated spend per Lot and the maximum value of the framework is €3 million over 6 years (including extensions.) Tenderers may bid for any or all 4 Lots, taking note of the Economic and Financial Standing threshold requirements listed for each or any combination of lots within the guidance. Each Lot will be individually assessed, and as such the authority will award contracts for each Lot which could result in a Tenderer being appointed to one, two or all 4 Lots. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 79934000 Furniture design services
Additional classification ( cpv ): 45421153 Installation of built-in furniture
Additional classification ( cpv ): 39134000 Computer furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Additional classification ( cpv ): 39151300 Modular furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39130000 Office furniture

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 : 3 000 000 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

5.1.11 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 : 11/07/2025 17:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 14/07/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
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 receiving requests to participate : Dublin City Council -
Organisation processing tenders : Dublin City Council -

5.1 Lot technical ID : LOT-0003

Title : Library Shelving
Description : Dublin City Council, Library Services, proposes to establish a Multi-Party Framework Agreement for 4 years, for the Design, Supply and Delivery of Library Furniture and Shelving, and Office Furniture. Dublin City Council Libraries reserves the right, at its discretion, to extend the Term for a period or periods of up to Twelve (12) months with a maximum of Two (2) such extension or extensions on the same terms and conditions, subject to the Dublin City Council’s obligations at law. The Term will not exceed six (6) years in aggregate. The requirements will include the design and provision of library shelving, library furniture and bespoke furniture to offer full library solutions. It is expected that the successful tenderer(s) can when required produce satisfactory drawings/representations of proposed designs and layouts. Some element of complimenting of existing furniture will also be required. The requirements of this framework will include but may not be limited to the below: • Adult library area shelving • Adult library area issue/circulation desk and storage • Adult library IT area desks and chairs • Adult library area easy seating/newspaper display • Adult library area study desks and chairs • Adult library area additional items • Meeting room table and chairs • Office furniture and storage • Young adult library area shelving and seating • Children’s library area shelving • Children’s library area tables and chairs • Children’s library area story and activity zone with storage and seating options • Children’s library area additional items • Design and production of digital and/or soft copy representation of proposed layout options (when appropriate). Tenderers should take due care and attention to the detailed requirements set out in this section of this RTF. Tenderers should satisfy themselves that they have the ability, capacity and resources to carry out these services on behalf of DCC Library Services. These services must be responsive and delivered to a high standard that meets DCC expectations. The requirements are divided into 4 Lots: Lot 1 General Library Furniture Annual Spend Circa €130K Turnover Requirements €200K Lot 2 Children’s Library Furniture Annual Spend Circa €80K Turnover Requirements €150K Lot 3 Shelving Annual Spend Circa €160K Turnover Requirements €200K Lot 4 Office Furniture Annual Spend Circa €30K Turnover Requirements €80K Note: This is a estimated spend per Lot and the maximum value of the framework is €3 million over 6 years (including extensions.) Tenderers may bid for any or all 4 Lots, taking note of the Economic and Financial Standing threshold requirements listed for each or any combination of lots within the guidance. Each Lot will be individually assessed, and as such the authority will award contracts for each Lot which could result in a Tenderer being appointed to one, two or all 4 Lots. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 79934000 Furniture design services
Additional classification ( cpv ): 45421153 Installation of built-in furniture
Additional classification ( cpv ): 39134000 Computer furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Additional classification ( cpv ): 39151300 Modular furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39130000 Office furniture

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 : 3 000 000 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

5.1.11 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 : 11/07/2025 17:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 14/07/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
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 receiving requests to participate : Dublin City Council -
Organisation processing tenders : Dublin City Council -

5.1 Lot technical ID : LOT-0004

Title : Office Furniture
Description : Dublin City Council, Library Services, proposes to establish a Multi-Party Framework Agreement for 4 years, for the Design, Supply and Delivery of Library Furniture and Shelving, and Office Furniture. Dublin City Council Libraries reserves the right, at its discretion, to extend the Term for a period or periods of up to Twelve (12) months with a maximum of Two (2) such extension or extensions on the same terms and conditions, subject to the Dublin City Council’s obligations at law. The Term will not exceed six (6) years in aggregate. The requirements will include the design and provision of library shelving, library furniture and bespoke furniture to offer full library solutions. It is expected that the successful tenderer(s) can when required produce satisfactory drawings/representations of proposed designs and layouts. Some element of complimenting of existing furniture will also be required. The requirements of this framework will include but may not be limited to the below: • Adult library area shelving • Adult library area issue/circulation desk and storage • Adult library IT area desks and chairs • Adult library area easy seating/newspaper display • Adult library area study desks and chairs • Adult library area additional items • Meeting room table and chairs • Office furniture and storage • Young adult library area shelving and seating • Children’s library area shelving • Children’s library area tables and chairs • Children’s library area story and activity zone with storage and seating options • Children’s library area additional items • Design and production of digital and/or soft copy representation of proposed layout options (when appropriate). Tenderers should take due care and attention to the detailed requirements set out in this section of this RTF. Tenderers should satisfy themselves that they have the ability, capacity and resources to carry out these services on behalf of DCC Library Services. These services must be responsive and delivered to a high standard that meets DCC expectations. The requirements are divided into 4 Lots: Lot 1 General Library Furniture Annual Spend Circa €130K Turnover Requirements €200K Lot 2 Children’s Library Furniture Annual Spend Circa €80K Turnover Requirements €150K Lot 3 Shelving Annual Spend Circa €160K Turnover Requirements €200K Lot 4 Office Furniture Annual Spend Circa €30K Turnover Requirements €80K Note: This is a estimated spend per Lot and the maximum value of the framework is €3 million over 6 years (including extensions.) Tenderers may bid for any or all 4 Lots, taking note of the Economic and Financial Standing threshold requirements listed for each or any combination of lots within the guidance. Each Lot will be individually assessed, and as such the authority will award contracts for each Lot which could result in a Tenderer being appointed to one, two or all 4 Lots. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 39155000 Library furniture
Additional classification ( cpv ): 79934000 Furniture design services
Additional classification ( cpv ): 45421153 Installation of built-in furniture
Additional classification ( cpv ): 39134000 Computer furniture
Additional classification ( cpv ): 39151000 Miscellaneous furniture
Additional classification ( cpv ): 39153000 Conference-room furniture
Additional classification ( cpv ): 39100000 Furniture
Additional classification ( cpv ): 39161000 Kindergarten furniture
Additional classification ( cpv ): 39151300 Modular furniture
Additional classification ( cpv ): 39156000 Lounge and reception-area furniture
Additional classification ( cpv ): 39150000 Miscellaneous furniture and equipment
Additional classification ( cpv ): 39130000 Office furniture

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 : 3 000 000 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

5.1.11 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 : 11/07/2025 17:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 14/07/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 4
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 receiving requests to participate : Dublin City Council -
Organisation processing tenders : Dublin City Council -

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 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 : d089c466-c7fc-4ad4-943f-9a9c3d9dcf20 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/06/2025 10:12 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00365857-2025
OJ S issue number : 108/2025
Publication date : 06/06/2025