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 Konsulttjänster för hälsa och säkerhet, 71317200 Hälso- och säkerhetstjänster, 71315210 Rådgivning i samband med byggnadsteknik, 71313000 Miljötekniska konsulttjänster, 71320000 Byggtekniska konstruktionstjänster, 79415200 Rådgivning avseende design, 79417000 Konsulttjänster för säkerhet, 71318000 Byggtekniska konsulttjänster och rådgivning, 71500000 Tjänster för bygg- och anläggningsarbeten, 71000000 Arkitekt-, bygg-, ingenjörs- och besiktningstjänster, 90711100 Risk- eller farobedömning utom för byggprojekt, 90715220 Undersökningar av industrimark
Sista ansökningsdag:
21 november 2025 00:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Single-Party Framework for Works-Related Technical Services: Health and Safety Advisory Consultancy Services to the Grangegorman Development Agency
Plats för tilldelning:
Grangegorman Development Agency_564
Tilldelningsnummer:
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