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 Fastighetsförvaltning på arvodes- eller kontraktsbasis, 70331000 Tjänster för bostadshus
Plats för avrättning:
Tenancy Management and Property Management Services (Lots 1-5 Nationwide)
Plats för tilldelning:
Housing and Sustainable Communities Agency
Tilldelningsnummer:
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
Previous notice : 7466c23c-e4ec-47e6-9215-d852af3f5e82-01
Type of procedure : Open
The procedure is accelerated : no

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

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

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
Description : Price at 30% Monthly Fee- 22.5% Post-Acquisition Property Upgrade Fee- 7.5%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality at 70% Contract Management at 25% Contract Delivery at 45%: Tenancy and Property Management Services- 25% Post-Acquisition Property Upgrade Works- 20%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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 executing the payment : 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

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
Description : Price at 30% Monthly Fee- 22.5% Post-Acquisition Property Upgrade Fee- 7.5%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality at 70% Contract Management at 25% Contract Delivery at 45%: Tenancy and Property Management Services- 25% Post-Acquisition Property Upgrade Works- 20%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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 executing the payment : 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

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 : Cost
Description : Price at 30% Monthly Fee- 22.5% Post-Acquisition Property Upgrade Fee- 7.5%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality at 70% Contract Management at 25% Contract Delivery at 45%: Tenancy and Property Management Services- 25% Post-Acquisition Property Upgrade Works- 20%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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 executing the payment : 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

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
Description : Price at 30% Monthly Fee- 22.5% Post-Acquisition Property Upgrade Fee- 7.5%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality at 70% Contract Management at 25% Contract Delivery at 45%: Tenancy and Property Management Services- 25% Post-Acquisition Property Upgrade Works- 20%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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 executing the payment : 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

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
Description : Price at 30% Monthly Fee- 22.5% Post-Acquisition Property Upgrade Fee- 7.5%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality at 70% Contract Management at 25% Contract Delivery at 45%: Tenancy and Property Management Services- 25% Post-Acquisition Property Upgrade Works- 20%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

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 executing the payment : Housing and Sustainable Communities Agency

6. Results

Value of all contracts awarded in this notice : 7 800 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Keenan Property Management Ltd
Tender :
Tender identifier : 000117560
Identifier of lot or group of lots : LOT-0001
Value of the tender : 1 560 000 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : yes
Percentage of subcontracting : 37,5
Contract information :
Identifier of the contract : 422401
Date on which the winner was chosen : 09/07/2025
Date of the conclusion of the contract : 25/07/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 6

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Keenan Property Management Ltd
Tender :
Tender identifier : 000117560
Identifier of lot or group of lots : LOT-0002
Value of the tender : 1 560 000 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : yes
Percentage of subcontracting : 37,5
Contract information :
Identifier of the contract : 422402
Date on which the winner was chosen : 09/07/2025
Date of the conclusion of the contract : 25/07/2025

6.1.4 Statistical information

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

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Keenan Property Management Ltd
Tender :
Tender identifier : 000117560
Identifier of lot or group of lots : LOT-0003
Value of the tender : 1 560 000 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : yes
Percentage of subcontracting : 37,5
Contract information :
Identifier of the contract : 422403
Date on which the winner was chosen : 09/07/2025
Date of the conclusion of the contract : 25/07/2025

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

6.1 Result lot ldentifier : LOT-0004

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Keenan Property Management Ltd
Tender :
Tender identifier : 000117560
Identifier of lot or group of lots : LOT-0004
Value of the tender : 1 560 000 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : yes
Percentage of subcontracting : 37,5
Contract information :
Identifier of the contract : 422404
Date on which the winner was chosen : 09/07/2025
Date of the conclusion of the contract : 25/07/2025

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

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Keenan Property Management Ltd
Tender :
Tender identifier : 000117560
Identifier of lot or group of lots : LOT-0005
Value of the tender : 1 560 000 Euro
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : yes
Percentage of subcontracting : 37,5
Contract information :
Identifier of the contract : 422405
Date on which the winner was chosen : 09/07/2025
Date of the conclusion of the contract : 25/07/2025

6.1.4 Statistical information

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

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 executing the payment

8.1 ORG-0002

Official name : Keenan Property Management Ltd
Size of the economic operator : Micro, small, or medium
Registration number : 270243
Postal address : 14 Woodford Court Santry Dublin
Town : Dublin
Postcode : D17YH94
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35318442400
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003 LOT-0004 LOT-0005

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

Notice information

Notice identifier/version : f3932a81-6d8f-4b47-95e0-5f342f3ed6a7 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 28/07/2025 16:34 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00498911-2025
OJ S issue number : 144/2025
Publication date : 30/07/2025