Request for Tender for a Multi Supplier Framework for Architectural Consultancy Services for Shannon Commercial Enterprises DAC

The requirement of this tender is to establish a Multi Supplier Framework for a number of service providers to provide Architectural Consultancy Services relating to Shannon Commercial Enterprises DAC. The successful Tenderers will be expected to provide consultancy services on an ad hoc basis as required by SCE during the …

CPV: 71000000 Architektonické, stavebné, inžinierske a inšpekčné služby, 71200000 Architektonické a súvisiace služby, 71220000 Návrhárske a architektonické služby, 71221000 Architektonické služby pre budovy, 71223000 Architektonické služby pre rozširovanie budov, 71240000 Architektonické, inžinierske a plánovacie služby, 71250000 Architektonické a inžinierske služby a dozor, 71251000 Architektonické služby a stavebný dozor
Miesto vykonania:
Request for Tender for a Multi Supplier Framework for Architectural Consultancy Services for Shannon Commercial Enterprises DAC
Udeľujúci orgán:
Shannon Commercial Enterprises DAC (SCE)
Číslo udelenia:
0

1. Buyer

1.1 Buyer

Official name : Shannon Commercial Enterprises DAC (SCE)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Request for Tender for a Multi Supplier Framework for Architectural Consultancy Services for Shannon Commercial Enterprises DAC
Description : The requirement of this tender is to establish a Multi Supplier Framework for a number of service providers to provide Architectural Consultancy Services relating to Shannon Commercial Enterprises DAC. The successful Tenderers will be expected to provide consultancy services on an ad hoc basis as required by SCE during the term of the contract. Any Service Framework Contract that may result from this procurement competition will be issued for a term of 3 years (“the Term”) from the date of notification to the Tenderer’s of acceptance of this Tender. The contract will be subject to satisfactory performance following assessment at annual review, ongoing need and budget availability. SCE reserves the right to extend the Term for a period or periods of up to 12 months with two such extensions on the same terms and conditions, subject to SCE’s obligations at law.
Procedure identifier : db0265cb-5804-4e30-b4ae-44e8e2fa08dc
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 ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71251000 Architectural and building-surveying services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 300 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Request for Tender for a Multi Supplier Framework for Architectural Consultancy Services for Shannon Commercial Enterprises DAC
Description : The requirement of this tender is to establish a Multi Supplier Framework for a number of service providers to provide Architectural Consultancy Services relating to Shannon Commercial Enterprises DAC. The successful Tenderers will be expected to provide consultancy services on an ad hoc basis as required by SCE during the term of the contract. Any Service Framework Contract that may result from this procurement competition will be issued for a term of 3 years (“the Term”) from the date of notification to the Tenderer’s of acceptance of this Tender. The contract will be subject to satisfactory performance following assessment at annual review, ongoing need and budget availability. SCE reserves the right to extend the Term for a period or periods of up to 12 months with two such extensions on the same terms and conditions, subject to SCE’s obligations at law.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71223000 Architectural services for building extensions
Additional classification ( cpv ): 71221000 Architectural services for buildings
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71251000 Architectural and building-surveying services
Additional classification ( cpv ): 71220000 Architectural design services
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71250000 Architectural, engineering and surveying services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.5 Value

Estimated value excluding VAT : 300 000 Euro

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price 40%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name :
Description : Quality 60%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 0

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 : 0
Organisation providing offline access to the procurement documents : Shannon Commercial Enterprises DAC (SCE) -

6. Results

Maximum value of the framework agreements in this notice : 200 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 200 000 Euro

6.1.2 Information about winners

Winner :
Official name : Kavanagh Tuite
Tender :
Tender identifier : 000019311
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 419433
Date on which the winner was chosen : 04/09/2023
Date of the conclusion of the contract : 01/10/2023
Winner :
Official name : O'Neill O'Malley Ltd.
Tender :
Tender identifier : 000019290
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 419432
Date on which the winner was chosen : 04/09/2023
Date of the conclusion of the contract : 01/10/2023
Winner :
Official name : Pascall+Watson
Tender :
Tender identifier : 000019256
Identifier of lot or group of lots : LOT-0001
Subcontracting : No
Contract information :
Identifier of the contract : 419434
Date on which the winner was chosen : 04/09/2023
Date of the conclusion of the contract : 01/10/2023

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Shannon Commercial Enterprises DAC (SCE)
Registration number : 17351
Postal address : Universal House, Shannon Free Zone, Shannon, Co. Clare
Town : Shannon
Postcode : V14 EE06
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 061712113
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Kavanagh Tuite
Registration number : 258535
Postal address : 9 Terminus Mills, Clonskeagh, Dublin 6
Town : Dublin
Postcode : D06 XD37
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 2188500
Internet address : www.kavanaghtuite.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : O'Neill O'Malley Ltd.
Registration number : 386925
Postal address : Block 2, Galway Technology Park, Parkmore, Galway.
Town : Galway
Postcode : H91KFD3
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0876428479
Internet address : www.onom.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Pascall+Watson
Registration number : 907316
Postal address : 149 Francis Street, Dublin 8, D08 W6E8, Ireland
Town : Dublin
Postcode : D08 W6E8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 (0)1 473 4625
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0005

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-0006

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

11. Notice information

11.1 Notice information

Notice identifier/version : 1e8e3e6a-599b-4e02-b93f-8ef700e31c40 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 13/05/2025 16:49 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00313453-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025