Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services to the Grangegorman Development Agency

Grangegorman Development Agency wishes to engage Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services Grangegorman Development Agency wishes to engage Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services

CPV: 71317210 Storitve svetovanja na področju zdravja in varnosti, 71317200 Storitve na področju zdravja in varnosti, 71315210 Storitve svetovanja pri hišni tehniki, 71313000 Storitve svetovanja na področju okoljske tehnike, 71320000 Storitve gradbenega projektiranja, 79415200 Storitve svetovanja pri projektiranju, 79417000 Storitve svetovanja na področju varnosti, 71318000 Storitve inženirskega svetovanja, 71500000 Storitve, povezane z gradbeništvom, 71000000 Arhitekturne, gradbeniške, inženirske in inšpekcijske storitve, 90711100 Ocena tveganja ali nevarnosti, razen za gradbeništvo, 90715220 Raziskava industrijskega sektorja na kraju samem
Rok:
21. november 2025. 00:00
Vrsta roka:
Oddaja ponudbe
Kraj izvršitve:
Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services to the Grangegorman Development Agency
Organ za podeljevanje:
Grangegorman Development Agency_564
Številka dodelitve:
0

1. Buyer

1.1 Buyer

Official name : Grangegorman Development Agency_564
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 : Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services to the Grangegorman Development Agency
Description : Grangegorman Development Agency wishes to engage Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services
Procedure identifier : 2ff87e86-2e01-4828-becf-4dd6577c17a8
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90715220 Industrial site investigation

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 250 000 Euro
Maximum value of the framework agreement : 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services to the Grangegorman Development Agency
Description : Grangegorman Development Agency wishes to engage Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71317200 Health and safety services
Additional classification ( cpv ): 71315210 Building services consultancy services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 79415200 Design consultancy services
Additional classification ( cpv ): 79417000 Safety consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71500000 Construction-related services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 90715220 Industrial site investigation

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 : 500 000 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 : Reduction of environmental impacts
Description : GPP is included in the Selection Criteria
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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 : 07/11/2025 00:00 +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 : 21/11/2025 00:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 21/11/2025 00:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Not allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 100
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 : Grangegorman Development Agency_564
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Grangegorman Development Agency_564
Organisation processing tenders : Grangegorman Development Agency_564

8. Organisations

8.1 ORG-0001

Official name : Grangegorman Development Agency_564
Registration number : 9656739V
Postal address : 191/193A North Circular Road
Town : Dublin 7
Postcode : D07EWV4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0874901157
Internet address : http://www.ggda.ie
Buyer profile : http://www.ggda.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

Notice information

Notice identifier/version : 78a04de4-5f3b-46f8-8a54-4b2885dda629 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/10/2025 16:34 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00701813-2025
OJ S issue number : 204/2025
Publication date : 23/10/2025