Multi-Party Framework Agreement for Response Maintenance Works for Kildare County Council - Plumbing Works 2025

Kildare County Council proposes to establish and operate a Multi-Party Framework Agreement for Response Maintenance Works relating to plumbing. Works are to be carried out on dwellings or other structures and these dwellings and structures may be either vacant or occupied. The frequency, scale and type of projects may vary …

CPV: 45330000 Instalação de canalizações
Prazo:
24 de Setembro de 2025 às 17:00
Tipo de prazo:
Submissão da oferta
Local de execução:
Multi-Party Framework Agreement for Response Maintenance Works for Kildare County Council - Plumbing Works 2025
Local de premiação:
Kildare County Council_385
Número do prémio:
1

1. Buyer

1.1 Buyer

Official name : Kildare County Council_385
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Multi-Party Framework Agreement for Response Maintenance Works for Kildare County Council - Plumbing Works 2025
Description : Kildare County Council proposes to establish and operate a Multi-Party Framework Agreement for Response Maintenance Works relating to plumbing. Works are to be carried out on dwellings or other structures and these dwellings and structures may be either vacant or occupied. The frequency, scale and type of projects may vary depending on the needs of the Contracting Authority and the urgency of the work required. Refer to the pricing document for a non-exhaustive list of the type of projects and activities that are envisaged to be procured through this Framework. For the contract awarded under the Framework Agreement, the Contractor will be required accept the role of the Project Supervisor Construction Stage (PSCS). It is proposed that there will be a multi-party framework awarded under 3 Lots. It is estimated that works to a total value of €2,000,000 per lot will be awarded over the next 2 years. However, this is not a guarantee of the value of future works. The proposed framework is intended to commence in Q4 of 2025 and run for an initial 12-month period with the option to extend by a further 12-month term. Therefore, the framework will run for a maximum 24-month term or a maximum spend of €2,000,000 per Lot. The works will be awarded by individual Task Order using the Term Maintenance and Refurbishment Works Contract. Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
Procedure identifier : 947e0196-4ce0-422c-80d5-f204f4e0e119
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works

2.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Euro
Maximum value of the framework agreement : 6 000 000 Euro

2.1.4 General information

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 : 3
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 - Response Area 1
Description : Kildare County Council proposes to establish and operate a Multi-Party Framework Agreement for Response Maintenance Works relating to plumbing. Works are to be carried out on dwellings or other structures and these dwellings and structures may be either vacant or occupied. The frequency, scale and type of projects may vary depending on the needs of the Contracting Authority and the urgency of the work required. Refer to the pricing document for a non-exhaustive list of the type of projects and activities that are envisaged to be procured through this Framework. For the contract awarded under the Framework Agreement, the Contractor will be required accept the role of the Project Supervisor Construction Stage (PSCS). It is proposed that there will be a multi-party framework awarded under 3 Lots. It is estimated that works to a total value of €2,000,000 per lot will be awarded over the next 2 years. However, this is not a guarantee of the value of future works. The proposed framework is intended to commence in Q4 of 2025 and run for an initial 12-month period with the option to extend by a further 12-month term. Therefore, the framework will run for a maximum 24-month term or a maximum spend of €2,000,000 per Lot. The works will be awarded by individual Task Order using the Term Maintenance and Refurbishment Works Contract. Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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

5.1.9 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 : 27/08/2025 23:45 +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 : 24/09/2025 17:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 24/09/2025 17:30 +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 : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 25
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 : Kildare County Council_385
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Kildare County Council_385
Organisation processing tenders : Kildare County Council_385

5.1 Lot technical ID : LOT-0002

Title : Lot 2 - Response Area 2
Description : Kildare County Council proposes to establish and operate a Multi-Party Framework Agreement for Response Maintenance Works relating to plumbing. Works are to be carried out on dwellings or other structures and these dwellings and structures may be either vacant or occupied. The frequency, scale and type of projects may vary depending on the needs of the Contracting Authority and the urgency of the work required. Refer to the pricing document for a non-exhaustive list of the type of projects and activities that are envisaged to be procured through this Framework. For the contract awarded under the Framework Agreement, the Contractor will be required accept the role of the Project Supervisor Construction Stage (PSCS). It is proposed that there will be a multi-party framework awarded under 3 Lots. It is estimated that works to a total value of €2,000,000 per lot will be awarded over the next 2 years. However, this is not a guarantee of the value of future works. The proposed framework is intended to commence in Q4 of 2025 and run for an initial 12-month period with the option to extend by a further 12-month term. Therefore, the framework will run for a maximum 24-month term or a maximum spend of €2,000,000 per Lot. The works will be awarded by individual Task Order using the Term Maintenance and Refurbishment Works Contract. Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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

5.1.9 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 : 27/08/2025 23:45 +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 : 24/09/2025 17:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 24/09/2025 17:30 +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 : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 25
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 : Kildare County Council_385
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Kildare County Council_385
Organisation processing tenders : Kildare County Council_385

5.1 Lot technical ID : LOT-0003

Title : Lot 3 - Response Area 3
Description : Kildare County Council proposes to establish and operate a Multi-Party Framework Agreement for Response Maintenance Works relating to plumbing. Works are to be carried out on dwellings or other structures and these dwellings and structures may be either vacant or occupied. The frequency, scale and type of projects may vary depending on the needs of the Contracting Authority and the urgency of the work required. Refer to the pricing document for a non-exhaustive list of the type of projects and activities that are envisaged to be procured through this Framework. For the contract awarded under the Framework Agreement, the Contractor will be required accept the role of the Project Supervisor Construction Stage (PSCS). It is proposed that there will be a multi-party framework awarded under 3 Lots. It is estimated that works to a total value of €2,000,000 per lot will be awarded over the next 2 years. However, this is not a guarantee of the value of future works. The proposed framework is intended to commence in Q4 of 2025 and run for an initial 12-month period with the option to extend by a further 12-month term. Therefore, the framework will run for a maximum 24-month term or a maximum spend of €2,000,000 per Lot. The works will be awarded by individual Task Order using the Term Maintenance and Refurbishment Works Contract. Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45330000 Plumbing and sanitary works

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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

5.1.9 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 : 27/08/2025 23:45 +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 : 24/09/2025 17:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 24/09/2025 17:30 +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 : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 25
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 : Kildare County Council_385
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Kildare County Council_385
Organisation processing tenders : Kildare County Council_385

8. Organisations

8.1 ORG-0001

Official name : Kildare County Council_385
Registration number : 0013247i
Postal address : Kildare County Council, Head Office Áras Chill Dara, Devoy Park, Naas, Co. Kildare.
Town : Naas
Postcode : W91 X77F
Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Telephone : 0035345980200
Internet address : http://www.kildarecoco.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

10. Change

Version of the previous notice to be changed : c1d30747-0d01-483f-afc9-829c575105de-01
Main reason for change : Information updated
Description : Response deadline date and time extended from 10/09/2025 at 17:00 to 24/09/2025 at 17:00

Notice information

Notice identifier/version : 80efe28a-eeda-4f99-9a3a-d86e8c0fb397 - 02
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/09/2025 12:41 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00591094-2025
OJ S issue number : 173/2025
Publication date : 10/09/2025