Framework for Project Management and Employer’s Representative Services on Traditional Projects and Developer Led Projects

Respond are seeking to create a framework of consultants to assist their in-house property team to deliver housing schemes for both Traditional Projects and Developer Led Projects. In total one single lot will be formed on the Framework for organisations who will be capable of delivering Project Management and/or Employers …

CPV: 71000000 Serviços de arquitectura, construção, engenharia e inspecção, 71200000 Serviços de arquitectura e afins, 71240000 Serviços de arquitectura, engenharia e planeamento, 71241000 Estudo de viabilidade, serviço consultivo, análise, 71310000 Serviços de consultoria em matéria de engenharia e construção, 71250000 Serviços de arquitectura, engenharia e levantamento topográfico, 71350000 Serviços técnicos e científicos relacionados com a engenharia, 71356300 Serviços de apoio técnico, 71356400 Serviços de planeamento técnico, 71500000 Serviços relacionados com a construção, 71520000 Serviços de supervisão da construção, 71530000 Serviços de consultoria em matéria de construção, 71541000 Serviços de gestão de projectos de construção, 71621000 Serviços técnicos de análise ou consultoria, 79419000 Serviços de consultoria para avaliação, 79994000 Serviços de gestão de contratos
Prazo:
4 de Julho de 2025 às 17:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Framework for Project Management and Employer’s Representative Services on Traditional Projects and Developer Led Projects
Local de premiação:
Respond
Número do prémio:
0

1. Buyer

1.1 Buyer

Official name : Respond
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities

2. Procedure

2.1 Procedure

Title : Framework for Project Management and Employer’s Representative Services on Traditional Projects and Developer Led Projects
Description : Respond are seeking to create a framework of consultants to assist their in-house property team to deliver housing schemes for both Traditional Projects and Developer Led Projects. In total one single lot will be formed on the Framework for organisations who will be capable of delivering Project Management and/or Employers Representative services on both Traditional and Developer Led projects. Project Management services can be delivered on both Traditional and Developer Led projects but Employer Representative services can only be delivered on traditional projects under the Public Works Contracts regime. Refer to Project Information Memorandum (PIM) for further information. The projects that will be developed using this framework are varied in scale, housing type and geographical location. It is anticipated that the scale of the projects associated with this competition will be up to €20m for traditionally delivered schemes and up to €100m for Developer Led schemes.
Procedure identifier : 890a8e1b-e041-44d3-8b1b-c99b59572627
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 ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71356300 Technical support services
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71500000 Construction-related services

2.1.2 Place of performance

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

2.1.3 Value

Maximum value of the framework agreement : 100 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Framework for Project Management and Employer’s Representative Services on Traditional Projects and Developer Led Projects
Description : Respond are seeking to create a framework of consultants to assist their in-house property team to deliver housing schemes for both Traditional Projects and Developer Led Projects. In total one single lot will be formed on the Framework for organisations who will be capable of delivering Project Management and/or Employers Representative services on both Traditional and Developer Led projects. Project Management services can be delivered on both Traditional and Developer Led projects but Employer Representative services can only be delivered on traditional projects under the Public Works Contracts regime. Refer to Project Information Memorandum (PIM) for further information. The projects that will be developed using this framework are varied in scale, housing type and geographical location. It is anticipated that the scale of the projects associated with this competition will be up to €20m for traditionally delivered schemes and up to €100m for Developer Led schemes.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71520000 Construction supervision services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 71541000 Construction project management services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 79994000 Contract administration services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 71356300 Technical support services
Additional classification ( cpv ): 71356400 Technical planning services
Additional classification ( cpv ): 71500000 Construction-related services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 30/08/2029

5.1.5 Value

Estimated value excluding VAT : 100 000 000 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 : European Social Fund Plus (ESF+) (2021/2027)
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Fulfilment of social objectives
Description : using electronic methods to establish the framework
Social objective promoted : Other

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

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 : 04/07/2025 17:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 11/07/2025 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 : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 10
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 : initial review undertaken within four weeks. Framework panel established by first of September 2025
Organisation providing offline access to the procurement documents : Respond -
Organisation receiving requests to participate : Respond -
Organisation processing tenders : Respond -

8. Organisations

8.1 ORG-0001

Official name : Respond
Registration number : 90576
Postal address : High Park, Grace Park Road, Drumcondra, Dublin 9
Town : Dublin
Postcode : D09N2N7
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 018087700
Internet address : https://www.respond.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 : 7532e8d0-4246-4154-8275-b472cd284c88 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/05/2025 13:03 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00353922-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025