SI-2513 Sport Ireland Management and Technical Consultancy Services Framework

This RFT is to invite proposals from suitably qualified services providers to provide a range of Management and Technical Consultancy Services directly to Sport Ireland and Sport Ireland Facilities DAC. A list of services to be required can be found in section 2 of the RFT document This RFT is …

CPV: 71311200 Adviezen inzake transportsystemen, 71311210 Adviezen inzake wegenbouw, 71311300 Adviezen inzake infrastructuur, 71314300 Advies inzake efficiënt energiegebruik, 71315200 Bouwadvies, 71315210 Advies inzake bouwdiensten, 71530000 Bouwadviezen, 71621000 Diensten voor technische analyse of adviezen, 72220000 Systeem- en technisch advies, 72221000 Bedrijfsanalyseadviezen, 72224000 Advies over projectmanagement, 73220000 Advies inzake ontwikkeling, 79411000 Advies inzake algemeen management, 79411100 Advisering omtrent bedrijfsontwikkeling, 79415200 Ontwerpadviezen, 79418000 Advies inzake aanschaffingsbeleid, 79419000 Evaluatie-adviesdiensten, 90713000 Adviesdiensten inzake milieuproblematiek
Deadline:
17 juni 2025 12:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
SI-2513 Sport Ireland Management and Technical Consultancy Services Framework
Toekennende instantie:
Sport Ireland
Gunningsnummer:
0

1. Buyer

1.1 Buyer

Official name : Sport Ireland
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 : SI-2513 Sport Ireland Management and Technical Consultancy Services Framework
Description : This RFT is to invite proposals from suitably qualified services providers to provide a range of Management and Technical Consultancy Services directly to Sport Ireland and Sport Ireland Facilities DAC. A list of services to be required can be found in section 2 of the RFT document
Procedure identifier : bfd381c3-f735-4b22-843c-3028207ce6d2
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 : Services
Main classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 4 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : SI-2513 Sport Ireland Management and Technical Consultancy Services Framework
Description : This RFT is to invite proposals from suitably qualified services providers to provide a range of Management and Technical Consultancy Services directly to Sport Ireland and Sport Ireland Facilities DAC. A list of services to be required can be found in section 2 of the RFT document
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73220000 Development consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71311300 Infrastructure works consultancy services
Additional classification ( cpv ): 71311200 Transport systems consultancy services
Additional classification ( cpv ): 71311210 Highways consultancy services
Additional classification ( cpv ): 71315200 Building consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 79411100 Business development consultancy services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79418000 Procurement consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 90713000 Environmental issues consultancy services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services

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 : 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 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 : 17/06/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 17/06/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 30
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 : In line with Public Procurement guidelines
Organisation providing offline access to the procurement documents : Sport Ireland -
Organisation receiving requests to participate : Sport Ireland -
Organisation processing tenders : Sport Ireland -

8. Organisations

8.1 ORG-0001

Official name : Sport Ireland
Registration number : Sport Ireland
Town : Blanchardstown
Postcode : D15PN0N
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018806600
Buyer profile : www.sportireland.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

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 : b756c532-fedb-4f52-a5e8-b6981938b9e2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/05/2025 17:12 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00313888-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025