Multi-Supplier Framework Agreement for the Provision of Consultants to Support the Infrastructure Guidelines 2023

In fulfilling its remit the Department of Foreign Affairs’ Property Management Unit (PMU) operates within and according to the Infrastructure Guidelines (previously the Public Spending Codes), and is responsible, as a sponsoring agency, for conducting a range of analyses, appraisals and reports at different stages of the project lifecycle, as …

CPV: 79311410 Posudzovanie ekonomického vplyvu, 71321100 Služby týkajúce sa ekonomiky stavebníctva, 71241000 Štúdia realizovateľnosti, poradenská služba, analýza, 71530000 Stavebné poradenské služby
Miesto vykonania:
Multi-Supplier Framework Agreement for the Provision of Consultants to Support the Infrastructure Guidelines 2023
Udeľujúci orgán:
Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Číslo udelenia:
0

1. Buyer

1.1 Buyer

Official name : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Legal type of the buyer : Central government authority

2. Procedure

2.1 Procedure

Title : Multi-Supplier Framework Agreement for the Provision of Consultants to Support the Infrastructure Guidelines 2023
Description : In fulfilling its remit the Department of Foreign Affairs’ Property Management Unit (PMU) operates within and according to the Infrastructure Guidelines (previously the Public Spending Codes), and is responsible, as a sponsoring agency, for conducting a range of analyses, appraisals and reports at different stages of the project lifecycle, as well as for ensuring its approach to buildings and infrastructure management, development and provision adheres to the principles and protocols contained within the Guidelines. The Infrastructure Guidelines (previously the Public Spending Codes) is a set of rules and procedures which must be followed to ensure value for money requirements for the evaluation, planning, and management of public expenditure in Ireland are upheld across the Irish public service. The Guidelines were consolidated and updated in 2023, and its scope covers the evaluation, planning and management of both the current and capital expenditure activities of public bodies. All public bodies have a duty to ensure compliance with the Guidelines, and to report on such compliance routinely as part of their normal delegated duties and responsibilities. It is DFA’s intention up to engage up to four framework members from the Framework Agreement to carry out business cases and economic appraisals in line with the Infrastructure Guidelines for a number of upcoming Department property projects. It is expected that the majority of the service will be carried out over the four year term with additional associated and varied economic services required during the contract period.
Procedure identifier : ba0c8aa8-f914-4066-add5-fcb79cf4517d
Previous notice : c9f7693a-4f27-4986-a968-e9eb0e9b62c6-02
Type of procedure : Open

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 71321100 Construction economics services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71530000 Construction consultancy services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 0 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Multi-Supplier Framework Agreement for the Provision of Consultants to Support the Infrastructure Guidelines 2023
Description : In fulfilling its remit the Department of Foreign Affairs’ Property Management Unit (PMU) operates within and according to the Infrastructure Guidelines (previously the Public Spending Codes), and is responsible, as a sponsoring agency, for conducting a range of analyses, appraisals and reports at different stages of the project lifecycle, as well as for ensuring its approach to buildings and infrastructure management, development and provision adheres to the principles and protocols contained within the Guidelines. The Infrastructure Guidelines (previously the Public Spending Codes) is a set of rules and procedures which must be followed to ensure value for money requirements for the evaluation, planning, and management of public expenditure in Ireland are upheld across the Irish public service. The Guidelines were consolidated and updated in 2023, and its scope covers the evaluation, planning and management of both the current and capital expenditure activities of public bodies. All public bodies have a duty to ensure compliance with the Guidelines, and to report on such compliance routinely as part of their normal delegated duties and responsibilities. It is DFA’s intention up to engage up to four framework members from the Framework Agreement to carry out business cases and economic appraisals in line with the Infrastructure Guidelines for a number of upcoming Department property projects. It is expected that the majority of the service will be carried out over the four year term with additional associated and varied economic services required during the contract period.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79311410 Economic impact assessment
Additional classification ( cpv ): 71321100 Construction economics services
Additional classification ( cpv ): 71241000 Feasibility study, advisory service, analysis
Additional classification ( cpv ): 71530000 Construction consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 1 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.15 Techniques

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 : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 0 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Forvis Mazars_11843
Tender :
Tender identifier : 000081964
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
Contract information :
Identifier of the contract : 422807
Date on which the winner was chosen : 10/01/2025
Date of the conclusion of the contract : 12/02/2025
Winner :
Official name : Fitzpatrick Associates_30711
Tender :
Tender identifier : 000081919
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
Contract information :
Identifier of the contract : 422805
Date on which the winner was chosen : 10/01/2025
Date of the conclusion of the contract : 12/02/2025
Winner :
Official name : AECOM Ireland Ltd_31745
Tender :
Tender identifier : 000081941
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
Contract information :
Identifier of the contract : 422806
Date on which the winner was chosen : 10/01/2025
Date of the conclusion of the contract : 12/02/2025
Winner :
Official name : Indecon International Economic and Strategic Consultants
Tender :
Tender identifier : 000081934
Identifier of lot or group of lots : LOT-0001
Value of the tender : 0 Euro
Contract information :
Identifier of the contract : 422804
Date on which the winner was chosen : 10/01/2025
Date of the conclusion of the contract : 12/02/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 11

8. Organisations

8.1 ORG-0001

Official name : Department of Foreign Affairs and Trade/An Roinn Gnóthaí Eachtracha agus Trádála
Registration number : Department of Foreign Affairs and Trade
Postal address : Iveagh House. 80 St Stephen's Green. Dublin 2.
Town : Dublin
Postcode : D02 VY53
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 14082000
Internet address : https://www.dfa.ie/
Buyer profile : https://www.dfa.ie/
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Forvis Mazars_11843
Size of the economic operator : Large
Registration number : 106050
Postal address : BLOCK 3, HARCOURT CENTRE
Town : DUBLIN
Postcode : D02 A339
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 4494400
Internet address : www.mazars.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : Fitzpatrick Associates_30711
Size of the economic operator : Small
Registration number : Fitzpatrick Associates
Town : Dun Laoghaire
Postcode : 35 Brickfield Drive
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : AECOM Ireland Ltd_31745
Size of the economic operator : Large
Registration number : 315981
Postal address : 4th Floor, One Burlington Plaza Burlington Road Dublin 4, D04 RH96
Town : Dublin
Postcode : D04 RH96
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35316966220
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

Official name : Indecon International Economic and Strategic Consultants
Size of the economic operator : Large
Registration number : 761982
Postal address : Indecon House, 4 Clyde Road
Town : Dublin
Postcode : D04 XP99
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 016777144
Internet address : www.indecon.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0006

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-0007

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 : 428cad46-d9b2-426f-965b-42841a801e9a - 01
Form type : Result
Notice type : Contract or concession award notice – light regime
Notice dispatch date : 12/08/2025 15:22 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00532429-2025
OJ S issue number : 155/2025
Publication date : 14/08/2025