Tender Details
Title
Ireland – Legal advisory services – SC 11/23 - Legal Services Framework Place of performance: Other or Not Specified Main nature of the contract: Services Official name: Bord na Móna PLC Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation
Country
Language
English
Organization
Published Date
28.06.2024
Deadline Date
01.08.2024
Overview
384472-2024 - Competition Competition Ireland: Legal advisory services SC 11/23 - Legal Services Framework Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation Buyer Buyer: Bord na Móna PLC Ireland, Newbridge LOT-0001: Employment/Pensions Legal advisory services Deadline for receipt of tenders: 01/08/2024 - 12:00:00 (UTC+1) LOT-0002: Litigation General Legal advisory services Deadline for receipt of tenders: 01/08/2024 - 12:00:00 (UTC+1) LOT-0003: Planning, Environmental and Infrastructure Legal advisory services Deadline for receipt of tenders: 01/08/2024 - 12:00:00 (UTC+1) LOT-0004: Real Estate Property Legal advisory services Deadline for receipt of tenders: 01/08/2024 - 12:00:00 (UTC+1) LOT-0005: General Legal advisory services Deadline for receipt of tenders: 01/08/2024 - 12:00:00 (UTC+1) LOT-0006: Banking and Finance Legal advisory services Deadline for receipt of tenders: 01/08/2024 - 12:00:00 (UTC+1) LOT-0007: Mergers, Acquisitions and Partnerships Legal advisory services Deadline for receipt of tenders: 01/08/2024 - 12:00:00 (UTC+1) 384472-2024 - Competition Ireland – Legal advisory services – SC 11/23 - Legal Services Framework OJ S 125/2024 28/06/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Bord na Móna PLC Legal type of the buyer: Entity with special or exclusive rights Activity of the contracting entity: Electricity-related activities 2. Procedure 2.1. Procedure Title: SC 11/23 - Legal Services Framework Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Procedure identifier: 3e46f2da-3574-4794-afc0-972eec1cc8e3 Type of procedure: Negotiated with prior publication of a call for competition / competitive with negotiation The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 2.1.4. General information Legal basis: Directive 2014/25/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 7 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 7 5. Lot 5.1. Lot: LOT-0001 Title: Employment/Pensions Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 5.1.4. Renewal Maximum renewals: 4 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) 5.1.9. Selection criteria Criterion: Type: Technical and professional ability 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 Address of the procurement documents: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=3495607 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=3495607 Languages in which tenders or requests to participate may be submitted: English Electronic catalogue: Not allowed Deadline for receipt of tenders: 01/08/2024 12:00:00 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. Financial arrangement: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. 5.1.15. Techniques Framework agreement: Framework agreement, with reopening of competition 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 additional information about the procurement procedure: Bord na Móna PLC Organisation providing offline access to the procurement documents: Bord na Móna PLC Organisation receiving requests to participate: Bord na Móna PLC Organisation processing tenders: Bord na Móna PLC 5.1. Lot: LOT-0002 Title: Litigation General Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 5.1.4. Renewal Maximum renewals: 4 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) 5.1.9. Selection criteria Criterion: Type: Technical and professional ability 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 Address of the procurement documents: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=3495607 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=3495607 Languages in which tenders or requests to participate may be submitted: English Electronic catalogue: Not allowed Deadline for receipt of tenders: 01/08/2024 12:00:00 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. Financial arrangement: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. 5.1.15. Techniques Framework agreement: Framework agreement, with reopening of competition 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 additional information about the procurement procedure: Bord na Móna PLC Organisation providing offline access to the procurement documents: Bord na Móna PLC Organisation receiving requests to participate: Bord na Móna PLC Organisation processing tenders: Bord na Móna PLC 5.1. Lot: LOT-0003 Title: Planning, Environmental and Infrastructure Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Internal identifier: 3 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 5.1.4. Renewal Maximum renewals: 4 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) 5.1.9. Selection criteria Criterion: Type: Technical and professional ability 5.1.11. Procurement documents Access to certain procurement documents is restricted Languages in which the procurement documents are officially available: English Languages in which the procurement documents (or their parts) are unofficially available: English Information about restricted documents is available at: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=3495607 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=3495607 Languages in which tenders or requests to participate may be submitted: English Electronic catalogue: Not allowed Deadline for receipt of tenders: 01/08/2024 12:00:00 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. Financial arrangement: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. 5.1.15. Techniques Framework agreement: Framework agreement, with reopening of competition 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 additional information about the procurement procedure: Bord na Móna PLC Organisation providing offline access to the procurement documents: Bord na Móna PLC Organisation receiving requests to participate: Bord na Móna PLC Organisation processing tenders: Bord na Móna PLC 5.1. Lot: LOT-0004 Title: Real Estate Property Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Internal identifier: 4 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 5.1.4. Renewal Maximum renewals: 4 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) 5.1.9. Selection criteria Criterion: Type: Technical and professional ability 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 Address of the procurement documents: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=3495607 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=3495607 Languages in which tenders or requests to participate may be submitted: English Electronic catalogue: Not allowed Deadline for receipt of tenders: 01/08/2024 12:00:00 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. Financial arrangement: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. 5.1.15. Techniques Framework agreement: Framework agreement, with reopening of competition 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 additional information about the procurement procedure: Bord na Móna PLC Organisation providing offline access to the procurement documents: Bord na Móna PLC Organisation receiving requests to participate: Bord na Móna PLC Organisation processing tenders: Bord na Móna PLC 5.1. Lot: LOT-0005 Title: General Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Internal identifier: 5 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 5.1.4. Renewal Maximum renewals: 4 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) 5.1.9. Selection criteria Criterion: Type: Technical and professional ability 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 Address of the procurement documents: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=3495607 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=3495607 Languages in which tenders or requests to participate may be submitted: English Electronic catalogue: Not allowed Deadline for receipt of tenders: 01/08/2024 12:00:00 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. Financial arrangement: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. 5.1.15. Techniques Framework agreement: Framework agreement, with reopening of competition 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 additional information about the procurement procedure: Bord na Móna PLC Organisation providing offline access to the procurement documents: Bord na Móna PLC Organisation receiving requests to participate: Bord na Móna PLC Organisation processing tenders: Bord na Móna PLC 5.1. Lot: LOT-0006 Title: Banking and Finance Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Internal identifier: 6 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 5.1.4. Renewal Maximum renewals: 4 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) 5.1.9. Selection criteria Criterion: Type: Technical and professional ability 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 Address of the procurement documents: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=3495607 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=3495607 Languages in which tenders or requests to participate may be submitted: English Electronic catalogue: Not allowed Deadline for receipt of tenders: 01/08/2024 12:00:00 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. Financial arrangement: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. 5.1.15. Techniques Framework agreement: Framework agreement, with reopening of competition 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 additional information about the procurement procedure: Bord na Móna PLC Organisation providing offline access to the procurement documents: Bord na Móna PLC Organisation receiving requests to participate: Bord na Móna PLC Organisation processing tenders: Bord na Móna PLC 5.1. Lot: LOT-0007 Title: Mergers, Acquisitions and Partnerships Description: Expressions of interest are invited from suitably qualified Applicants interested in being considered for the provision of legal services. The Contracting Entity intends to establish a multi supplier Framework Agreement for the provision of: • Lot 1 – Employment/Pensions • Lot 2 – Litigation General • Lot 3 – Planning, Environmental, Energy and Infrastructure • Lot 4 – Real Estate Property • Lot 5 –General • Lot 6 – Banking and Finance • Lot 7 – Mergers, Acquisitions and Partnerships The Framework Agreement period will be for four years with the possibility to extend annually for up to 8 years at the Contracting Entity’s discretion and subject always to the satisfactory performance of the framework members. Admission to the Framework Agreement does not guarantee the award of any contract to the member and use of the Framework will be strictly at the Contracting Entity’s discretion. While it is intended to use the Framework for the procurement of requirements falling within its scope during its lifetime, the Contracting Entity reserves the right to conduct a separate competition for the procurement of any requirement. In this event no advantage or disadvantage will be conferred upon the framework member(s). Those invited to submit a tender will be evaluated on the basis of the award criteria to be outlined in the tender documentation with the top two ranked tenderers for Lot 1, the top three ranked tenderers for Lot 2, the top six ranked tenderers for Lot 3, the top five ranked tenderers for Lot 4, the top four ranked tenderers for Lot 4, the top two ranked tenderers for Lot 6 and the top four ranked tenderers for Lot 7 being offered a place on the Framework for those specific Lots. Thereafter, as contracts arise tenders will be awarded primarily using the cascade mechanism described in the information memorandum, with the use of mini tenders being employed in certain circumstances. Internal identifier: 7 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 79111000 Legal advisory services Additional classification (cpv): 79110000 Legal advisory and representation services, 79140000 Legal advisory and information services, 79130000 Legal documentation and certification services, 79100000 Legal services, 79112000 Legal representation services 5.1.4. Renewal Maximum renewals: 4 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) 5.1.9. Selection criteria Criterion: Type: Technical and professional ability 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 Address of the procurement documents: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=3495607 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=3495607 Languages in which tenders or requests to participate may be submitted: English Electronic catalogue: Not allowed Deadline for receipt of tenders: 01/08/2024 12:00:00 (UTC+1) Terms of contract: Conditions relating to the performance of the contract: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. Financial arrangement: Please refer to the Information Memorandum and Pre-Qualification Questionnaire (PQQ) documents. 5.1.15. Techniques Framework agreement: Framework agreement, with reopening of competition 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 additional information about the procurement procedure: Bord na Móna PLC Organisation providing offline access to the procurement documents: Bord na Móna PLC Organisation receiving requests to participate: Bord na Móna PLC Organisation processing tenders: Bord na Móna PLC 8. Organisations 8.1. ORG-0001 Official name: Bord na Móna PLC Registration number: 297717 Postal address: Main Street Town: Newbridge Postcode: W12 XR59 Country: Ireland Email: renewablesprocurement@bnm.ie Telephone: +35345439000 Internet address: https://www.bordnamona.ie/ Buyer profile: https://www.bordnamona.ie/ Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure 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: Ireland Email: HighCourtCentralOffice@courts.ie Telephone: +353 1 8886000 Roles of this organisation: Review organisation 8.1. ORG-0003 Official name: European Dynamics S.A. Registration number: 002024901000 Department: European Dynamics S.A. Town: Athens Country: Greece Email: eproc-esender@eurodyn.com Telephone: +30 2108094500 Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 0cbd990f-0fb5-4944-a9f8-8e2c8934a757 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice dispatch date: 27/06/2024 11:52:46 (UTC+1) Languages in which this notice is officially available: English 11.2. Publication information Notice publication number: 384472-2024 OJ S issue number: 125/2024 Publication date: 28/06/2024 Czech document download: https://ted.europa.eu/cs/notice/384472-2024/pdf Danish document download: https://ted.europa.eu/da/notice/384472-2024/pdf German document download: https://ted.europa.eu/de/notice/384472-2024/pdf Greek document download: https://ted.europa.eu/el/notice/384472-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/384472-2024/pdf English document download: https://ted.europa.eu/en/notice/384472-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/384472-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/384472-2024/pdf French document download: https://ted.europa.eu/fr/notice/384472-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/384472-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/384472-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/384472-2024/pdf Italian document download: https://ted.europa.eu/it/notice/384472-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/384472-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/384472-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/384472-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/384472-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/384472-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/384472-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/384472-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/384472-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/384472-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/384472-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/384472-2024/pdf
NAICS
Business All Other Professional Professional Religious Financial Transactions Processing Other Professional Highway Highway Courts Trusts Courts Highway Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Trusts All Other Legal Services Other Similar Organizations (except Business Professional Funds
CPVS
Profiles System, storage and content management software package Mains Lavatory seats, covers, bowls and cisterns Publications System, storage and content management software development services Forms Catalogues Other services Postal orders Electronic, electromechanical and electrotechnical supplies Dates
UNSPSC
Profiles Awards Case making services
Regions
Europe Northern Europe Western Europe
Sectors
Law and Legal Services Railways-Rail-Railroad Defence and Security Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert