Oberstown Children Detention Campus wishes to advertise a single party framework for a maximum period of four years for facilities management consultancy services for the implementation of various facilities management service contracts. It is intended that the successful tenderer (to be a multidisciplinary consulting engineering proposal) will provide strategic advisory services as well as contract drafting, specification document drafting together with procurement support administration services and assessment services of Facilities Management Contracts for Oberstown Children Detention Campus. Note that this is a consultancy service.
Deadline
The time limit for receipt of tenders was 2025-10-06.
The procurement was published on 2025-09-03.
Contract notice (2025-09-03) Object Scope of the procurement
Title: Tender for Provision of Facility Management Consultancy Services
Short description:
โOberstown Children Detention Campus wishes to advertise a single party framework for a maximum period of four years for facilities management consultancy...โ
Short description
Oberstown Children Detention Campus wishes to advertise a single party framework for a maximum period of four years for facilities management consultancy services for the implementation of various facilities management service contracts. It is intended that the successful tenderer (to be a multidisciplinary consulting engineering proposal) will provide strategic advisory services as well as contract drafting, specification document drafting together with procurement support administration services and assessment services of Facilities Management Contracts for Oberstown Children Detention Campus. Note that this is a consultancy service.
Show more
Type of contract: Services
Products/services: Facilities management services๐ฆ
Estimated value excluding VAT: 600 000 EUR ๐ฐ
Description
Description of the procurement:
โOberstown Children Detention Campus wishes to advertise a single party framework for a maximum period of four years for facilities management consultancy...โ
Description of the procurement
Oberstown Children Detention Campus wishes to advertise a single party framework for a maximum period of four years for facilities management consultancy services for the implementation of various facilities management service contracts. It is intended that the successful tenderer (to be a multidisciplinary consulting engineering proposal) will provide strategic advisory services as well as contract drafting, specification document drafting together with procurement support administration services and assessment services of Facilities Management Contracts for Oberstown Children Detention Campus. Note that this is a consultancy service.
Show more
Additional products/services: Building and facilities management services๐ฆ
Place of performance: Dublin๐๏ธ
Duration: 48 (MONTH)
The time frame below is expressed in number of months.
Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2025-10-06 12:00:00 ๐
Conditions for opening of tenders: 2025-10-06 12:30:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=6442010
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Minimum time frame during which the tenderer must maintain the tender: 12
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators โ
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID โ 6442010. Interested parties must associate their organisation on the eTenders web site (www.etenders.gov.ie)in order to be included on the mailing list for clarifications and to upload tender responses. It is critical to be associated with the competition, as failure to associate your company will result in the full suite of documents and clarifications not being made available to the applicant /tenderer. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
Suppliers should note the following when making their submission:
โข Suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the old platform.
โข If you experience difficulty when uploading documents, please contact eTenders Support Desk for technical assistance.
Email irisheprochelpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00am โ 17:00pm GMT). All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie . The details of the person making a query will not be disclosed when circulating the response This is the sole call for competition for this contract.
The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. It will be a condition of award that the successful tenderer is and remains tax compliant. At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time. Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended. Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
Show more Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Service from which information about the review procedure may be obtained
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic invoicing will be accepted
Electronic ordering will be used
Electronic payment will be used
Source: OJS 2025/S 170-581833 (2025-09-03)
Contract notice (2025-09-24) Object Scope of the procurement
Estimated value excluding VAT: 800 000 EUR ๐ฐ
Changes Other additional information
โPlease note the Contracting Authority wish to advise there has been an amendment to the value for the Framework Agreement in section "2.6 Estimated Value...โ
Please note the Contracting Authority wish to advise there has been an amendment to the value for the Framework Agreement in section "2.6 Estimated Value for the Framework Agreement" in the RFT with an increase from โฌ600,000 to โฌ800,000. The revised RFT has been added to the tender documents.
Show more
Source: OJS 2025/S 185-632341 (2025-09-24)