Tenancy Management and Property Management Services (Lots 1-5 Nationwide)

Tenancy Management and Property Management Services for Lots 1-5 Nationwide on behalf of the Housing Agency under the Cost Rental Tenant In-Situ Scheme (CRTiS). Lots 1 to 5 require tenancy and property management (including upgrade) services conducted by qualified property management service providers on behalf of the Housing Agency, in …

CPV: 70330000 Služby realitných kancelárií pri správe nehnuteľností na základe honoráru alebo zmluvy, 70331000 Obytné nehnuteľnosti
Termín:
26. jún 2025 14:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Tenancy Management and Property Management Services (Lots 1-5 Nationwide)
Udeľujúci orgán:
Housing and Sustainable Communities Agency
Číslo udelenia:
1

1. Buyer

1.1 Buyer

Official name : Housing and Sustainable Communities Agency
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 : Tenancy Management and Property Management Services (Lots 1-5 Nationwide)
Description : Tenancy Management and Property Management Services for Lots 1-5 Nationwide on behalf of the Housing Agency under the Cost Rental Tenant In-Situ Scheme (CRTiS). Lots 1 to 5 require tenancy and property management (including upgrade) services conducted by qualified property management service providers on behalf of the Housing Agency, in accordance with the Cost Rental Tenant In-Situ Scheme (CRTiS), developed by The Department of Housing, Local Government and Heritage. Tenancy and property management (including upgrade) services may be instructed in relation to other similar schemes from time to time, also. The Tenancy and property management services provider will be required to engage with the tenant and conduct a property inspection at the beginning of the tenancy to assess what works may be required to bring the property in line with the minimum standards for private rented accommodation. The service provider will arrange for and oversee approved works. Once initial works are complete the service provider will ensure that the property is maintained to the appropriate standard and manage all day-to-day interactions with the tenant.
Procedure identifier : c946320e-3c7b-4de2-a44d-d81d741f35e6
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 ): 70330000 Property management services of real estate on a fee or contract basis
Additional classification ( cpv ): 70331000 Residential property services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 7 800 000 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 : 5
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 5

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 -The boundaries of Dublin City Council, Fingal County Council, Dun Laoghaire and Rathdown County Council and South Dublin County Councils.
Description : Tenancy Management and Property Management Services for Lots 1-5 Nationwide on behalf of the Housing Agency under the Cost Rental Tenant In-Situ Scheme (CRTiS). Lots 1 to 5 require tenancy and property management (including upgrade) services conducted by qualified property management service providers on behalf of the Housing Agency, in accordance with the Cost Rental Tenant In-Situ Scheme (CRTiS), developed by The Department of Housing, Local Government and Heritage. Tenancy and property management (including upgrade) services may be instructed in relation to other similar schemes from time to time, also. The Tenancy and property management services provider will be required to engage with the tenant and conduct a property inspection at the beginning of the tenancy to assess what works may be required to bring the property in line with the minimum standards for private rented accommodation. The service provider will arrange for and oversee approved works. Once initial works are complete the service provider will ensure that the property is maintained to the appropriate standard and manage all day-to-day interactions with the tenant.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70330000 Property management services of real estate on a fee or contract basis
Additional classification ( cpv ): 70331000 Residential property services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 800 000 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 : Allowed
Deadline for receipt of tenders : 26/06/2025 14:00 +01:00
Deadline until which the tender must remain valid : 48 Month
Information about public opening :
Opening date : 26/06/2025 14:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Housing and Sustainable Communities Agency -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Housing and Sustainable Communities Agency -
Organisation processing tenders : Housing and Sustainable Communities Agency -

5.1 Lot technical ID : LOT-0002

Title : Lot 2 -The boundaries of Carlow, Wexford, Wicklow, Kildare, Kilkenny, Laois and Offaly County Councils.
Description : Tenancy Management and Property Management Services for Lots 1-5 Nationwide on behalf of the Housing Agency under the Cost Rental Tenant In-Situ Scheme (CRTiS). Lots 1 to 5 require tenancy and property management (including upgrade) services conducted by qualified property management service providers on behalf of the Housing Agency, in accordance with the Cost Rental Tenant In-Situ Scheme (CRTiS), developed by The Department of Housing, Local Government and Heritage. Tenancy and property management (including upgrade) services may be instructed in relation to other similar schemes from time to time, also. The Tenancy and property management services provider will be required to engage with the tenant and conduct a property inspection at the beginning of the tenancy to assess what works may be required to bring the property in line with the minimum standards for private rented accommodation. The service provider will arrange for and oversee approved works. Once initial works are complete the service provider will ensure that the property is maintained to the appropriate standard and manage all day-to-day interactions with the tenant.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70330000 Property management services of real estate on a fee or contract basis
Additional classification ( cpv ): 70331000 Residential property services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 800 000 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 : Allowed
Deadline for receipt of tenders : 26/06/2025 14:00 +01:00
Deadline until which the tender must remain valid : 48 Month
Information about public opening :
Opening date : 26/06/2025 14:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Housing and Sustainable Communities Agency -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Housing and Sustainable Communities Agency -
Organisation processing tenders : Housing and Sustainable Communities Agency -

5.1 Lot technical ID : LOT-0003

Title : Lot 3-The boundaries of Cork City Council; and Clare, Cork, Kerry, Limerick, Tipperary and Waterford County Councils.
Description : Tenancy Management and Property Management Services for Lots 1-5 Nationwide on behalf of the Housing Agency under the Cost Rental Tenant In-Situ Scheme (CRTiS). Lots 1 to 5 require tenancy and property management (including upgrade) services conducted by qualified property management service providers on behalf of the Housing Agency, in accordance with the Cost Rental Tenant In-Situ Scheme (CRTiS), developed by The Department of Housing, Local Government and Heritage. Tenancy and property management (including upgrade) services may be instructed in relation to other similar schemes from time to time, also. The Tenancy and property management services provider will be required to engage with the tenant and conduct a property inspection at the beginning of the tenancy to assess what works may be required to bring the property in line with the minimum standards for private rented accommodation. The service provider will arrange for and oversee approved works. Once initial works are complete the service provider will ensure that the property is maintained to the appropriate standard and manage all day-to-day interactions with the tenant.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70330000 Property management services of real estate on a fee or contract basis
Additional classification ( cpv ): 70331000 Residential property services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 800 000 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 : Allowed
Deadline for receipt of tenders : 26/06/2025 14:00 +01:00
Deadline until which the tender must remain valid : 48 Month
Information about public opening :
Opening date : 26/06/2025 14:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Housing and Sustainable Communities Agency -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Housing and Sustainable Communities Agency -
Organisation processing tenders : Housing and Sustainable Communities Agency -

5.1 Lot technical ID : LOT-0004

Title : Lot 4- The boundaries of Galway City Council; and Galway, Leitrim, Mayo, Roscommon and Sligo County Councils.
Description : Tenancy Management and Property Management Services for Lots 1-5 Nationwide on behalf of the Housing Agency under the Cost Rental Tenant In-Situ Scheme (CRTiS). Lots 1 to 5 require tenancy and property management (including upgrade) services conducted by qualified property management service providers on behalf of the Housing Agency, in accordance with the Cost Rental Tenant In-Situ Scheme (CRTiS), developed by The Department of Housing, Local Government and Heritage. Tenancy and property management (including upgrade) services may be instructed in relation to other similar schemes from time to time, also. The Tenancy and property management services provider will be required to engage with the tenant and conduct a property inspection at the beginning of the tenancy to assess what works may be required to bring the property in line with the minimum standards for private rented accommodation. The service provider will arrange for and oversee approved works. Once initial works are complete the service provider will ensure that the property is maintained to the appropriate standard and manage all day-to-day interactions with the tenant.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70330000 Property management services of real estate on a fee or contract basis
Additional classification ( cpv ): 70331000 Residential property services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 800 000 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 : Allowed
Deadline for receipt of tenders : 26/06/2025 14:00 +01:00
Deadline until which the tender must remain valid : 48 Month
Information about public opening :
Opening date : 26/06/2025 14:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Housing and Sustainable Communities Agency -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Housing and Sustainable Communities Agency -
Organisation processing tenders : Housing and Sustainable Communities Agency -

5.1 Lot technical ID : LOT-0005

Title : Lot 5- The boundaries of Louth, Meath, Westmeath, Longford, Donegal, Cavan and Monaghan County Councils.
Description : Tenancy Management and Property Management Services for Lots 1-5 Nationwide on behalf of the Housing Agency under the Cost Rental Tenant In-Situ Scheme (CRTiS). Lots 1 to 5 require tenancy and property management (including upgrade) services conducted by qualified property management service providers on behalf of the Housing Agency, in accordance with the Cost Rental Tenant In-Situ Scheme (CRTiS), developed by The Department of Housing, Local Government and Heritage. Tenancy and property management (including upgrade) services may be instructed in relation to other similar schemes from time to time, also. The Tenancy and property management services provider will be required to engage with the tenant and conduct a property inspection at the beginning of the tenancy to assess what works may be required to bring the property in line with the minimum standards for private rented accommodation. The service provider will arrange for and oversee approved works. Once initial works are complete the service provider will ensure that the property is maintained to the appropriate standard and manage all day-to-day interactions with the tenant.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 70330000 Property management services of real estate on a fee or contract basis
Additional classification ( cpv ): 70331000 Residential property services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 7 800 000 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 : Allowed
Deadline for receipt of tenders : 26/06/2025 14:00 +01:00
Deadline until which the tender must remain valid : 48 Month
Information about public opening :
Opening date : 26/06/2025 14:30 +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 : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Housing and Sustainable Communities Agency -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Housing and Sustainable Communities Agency -
Organisation processing tenders : Housing and Sustainable Communities Agency -

8. Organisations

8.1 ORG-0001

Official name : Housing and Sustainable Communities Agency
Registration number : 488341
Postal address : 53 Mount Street Upper
Town : Dublin D02
Postcode : D02 KT73
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35316564100
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
Notice information
Notice identifier/version : 7466c23c-e4ec-47e6-9215-d852af3f5e82 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/05/2025 17:06 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00329411-2025
OJ S issue number : 98/2025
Publication date : 22/05/2025