Single Supplier Framework Contract For the Provision of Construction Related Legal Services for the Office of Government Procurement for the CWMF Review

In summary, the Services comprise: the review, advices, preparation and recommendation of amendments to the Capital Works Management Framework comprising Public Works Contracts, Standard Conditions of Engagement, Standard Templates for Cost Planning, Cost Control, and Suitability Assessment Questionnaires, Model Forms and Guidance Notes (“the Services”), as further described in Appendix …

CPV: 79100000 Juridiska tjänster, 79110000 Juridisk rådgivning och representation, 79111000 Juridisk rådgivning, 79112000 Juridisk representation, 79130000 Tjänster avseende juridisk dokumentation och certifiering, 79140000 Juridisk rådgivning och informationstjänster
Plats för avrättning:
Single Supplier Framework Contract For the Provision of Construction Related Legal Services for the Office of Government Procurement for the CWMF Review
Plats för tilldelning:
The Minister for Public Expenditure Infrastructure Public Services Reform and Digitalisation
Tilldelningsnummer:
0

1. Buyer

1.1 Buyer

Official name : The Minister for Public Expenditure Infrastructure Public Services Reform and Digitalisation
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Single Supplier Framework Contract For the Provision of Construction Related Legal Services for the Office of Government Procurement for the CWMF Review
Description : In summary, the Services comprise: the review, advices, preparation and recommendation of amendments to the Capital Works Management Framework comprising Public Works Contracts, Standard Conditions of Engagement, Standard Templates for Cost Planning, Cost Control, and Suitability Assessment Questionnaires, Model Forms and Guidance Notes (“the Services”), as further described in Appendix 1 to this RFT. The Service Provider will be required to work in a close collaborative manner with the Construction Procurement Policy Unit of the Office of Government Procurement (“Framework Client”) to develop amendments to the CWMF. It should be noted that the Office of the Attorney General (the “AGO”) including the Chief State Solicitor’s Office (the “CSSO”) is the primary legal advisor to Government Departments, and the Contracting Authority, including the OGP, will continue to obtain advice from that source. It is anticipated however, that in certain limited circumstances, the CSSO may not be in a position to provide the support necessary and the Contracting Authority may require access to additional legal resources. For that reason, the Contracting Authority has identified the need to augment the legal services provided by the CSSO in certain limited circumstances, and more particularly those Services as specified in this RFT.
Procedure identifier : 15fc8498-b6ed-4ec9-a4db-d1eb793af8fd
Previous notice : 1df667c5-0f5e-4c0e-850a-4007e6c89e44-01
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79110000 Legal advisory and representation services
Additional classification ( cpv ): 79111000 Legal advisory services
Additional classification ( cpv ): 79112000 Legal representation services
Additional classification ( cpv ): 79130000 Legal documentation and certification services
Additional classification ( cpv ): 79140000 Legal advisory and information services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Supplier Framework Contract For the Provision of Construction Related Legal Services for the Office of Government Procurement for the CWMF Review
Description : In summary, the Services comprise: the review, advices, preparation and recommendation of amendments to the Capital Works Management Framework comprising Public Works Contracts, Standard Conditions of Engagement, Standard Templates for Cost Planning, Cost Control, and Suitability Assessment Questionnaires, Model Forms and Guidance Notes (“the Services”), as further described in Appendix 1 to this RFT. The Service Provider will be required to work in a close collaborative manner with the Construction Procurement Policy Unit of the Office of Government Procurement (“Framework Client”) to develop amendments to the CWMF. It should be noted that the Office of the Attorney General (the “AGO”) including the Chief State Solicitor’s Office (the “CSSO”) is the primary legal advisor to Government Departments, and the Contracting Authority, including the OGP, will continue to obtain advice from that source. It is anticipated however, that in certain limited circumstances, the CSSO may not be in a position to provide the support necessary and the Contracting Authority may require access to additional legal resources. For that reason, the Contracting Authority has identified the need to augment the legal services provided by the CSSO in certain limited circumstances, and more particularly those Services as specified in this RFT.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79100000 Legal services
Additional classification ( cpv ): 79110000 Legal advisory and representation services
Additional classification ( cpv ): 79111000 Legal advisory services
Additional classification ( cpv ): 79112000 Legal representation services
Additional classification ( cpv ): 79130000 Legal documentation and certification services
Additional classification ( cpv ): 79140000 Legal advisory and information services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
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

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 : Quality
Description : Please refer to RFT document
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 1
Criterion :
Type : Cost
Description : Please refer to RFP document
Category of award weight criterion : Fixed value (total)
Award criterion number : 300

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 : The Office of Government Procurement
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 500 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Philip Lee LLP
Tender :
Tender identifier : 000090429
Identifier of lot or group of lots : LOT-0001
Value of the tender : 500 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 422682
Date on which the winner was chosen : 02/05/2025
Date of the conclusion of the contract : 03/07/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : The Office of Government Procurement
Registration number : IE3229842HH
Postal address : 3A Mayor Street Upper, Dublin 1
Town : Dublin
Postcode : D01 PF72
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 17738000
Internet address : https://www.ogp.gov.ie
Roles of this organisation :
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Philip Lee LLP
Size of the economic operator : Micro, small, or medium
The organisation is a natural person
Registration number : 9522629P
Postal address : Connaught House One Burlington Road Dublin 4,
Town : Dublin 4
Postcode : D04 C5Y6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 237 3700
Fax : 01 678 7794
Internet address : www.philiplee.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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-0004

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

8.1 ORG-0005

Official name : The Minister for Public Expenditure Infrastructure Public Services Reform and Digitalisation
Registration number : IE3229842HH
Town : Upper Merrion Street, Dublin 2
Postcode : D02 R583
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 773 8000
Buyer profile : https://www.ogp.gov.ie
Roles of this organisation :
Buyer

Notice information

Notice identifier/version : 4ca9e2dd-0b45-47f1-a918-99661a2afbd1 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 01/08/2025 14:49 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00508354-2025
OJ S issue number : 147/2025
Publication date : 04/08/2025