Back to tenders & grants page
Ireland-Dublin: Energy-efficiency consultancy services Business Services Ireland-Dublin: Energy-efficiency consultancy services
Receive Tenders like this by email

Ireland-Dublin: Energy-efficiency consultancy services

Ireland-Dublin: Energy-efficiency consultancy services has been closed on 28 Feb 2022. It no longer accepts any bids. For further information, you can contact the Sustainable Energy Authority of Ireland (9607090 O)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Sustainable Energy Authority of Ireland (9607090 O)

Industry:

Business Services

Status:

Closed

Timeline

Published:

31 Jan 2022

Deadline:

28 Feb 2022

Value:

Not available

Contacts

Name:

Aisling Hall

Phone:

+353 18082100

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Sustainable Energy Authority of Ireland
National registration number: 9607090 O
Postal address: Three Park Place
Town: Dublin D02 FX65
NUTS code: IE Éire / Ireland
Postal code: Upper Hatch Street
Country: Ireland
Contact person: Aisling Hall
E-mail: [email protected]
Telephone: +353 18082100
Internet address(es):
Main address: http://www.seai.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1188
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=206083&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=206083&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: Sustainable Energy

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Frameworks for the provision of technical assistance services to support EPBD technical development.

II.1.2)Main CPV code
71314300 Energy-efficiency consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of this Request for Tender is to invite proposals from suitably qualified services providers to establish 2 multi party frameworks for the provision of technical assistance to support BER/DEC Governance activities and EPBD technical development.

Each framework agreement will cover a separate lot as more particularly described below:

Lot 1: Domestic Buildings (BER)

Lot 2: Non-Domestic Buildings (BER) and (DEC)

For more information, please visit the Request for Tender published on www.etenders.gov.ie

II.1.5)Estimated total value
Value excluding VAT: 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Domestic BER

Lot No: 1
II.2.2)Additional CPV code(s)
71350000 Engineering-related scientific and technical services
71356000 Technical services
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:

Lot 1: The successful services providers will be required to provide technical, and administrative support as part of the on-going development of the EPBD implementation in Ireland in respect to Domestic BER

5 services providers to be appointed in Lot 1

Please refer to Section 3.2 of the RFT for the deliverables for Lot 1 and the relevant skills and experience required.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Subject to satisfactory performance, organisational needs and budget availability, the term may be extended for up to two consecutive periods of twelve months each on the same terms and conditions, depending on the project’s progression and subject to SEAI’s obligations at law.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Please refer to the Request for Tender for further information.

II.2)Description
II.2.1)Title:

Non-domestic BER and DEC

Lot No: 2
II.2.2)Additional CPV code(s)
71350000 Engineering-related scientific and technical services
71356000 Technical services
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:

Lot : The successful services providers will be required to provide technical, and administrative support as part of the on-going development of the EPBD implementation in Ireland in respect to Non- Domestic BER and DEC.

5 services providers to be appointed in Lot 2

Please refer to Section 3.2 of the RFT for the deliverables for Lot 2 and the relevant skills and experience required.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Subject to satisfactory performance, organisational needs and budget availability, the term may be extended for up to two consecutive periods of twelve months each on the same terms and conditions, depending on the project’s progression and subject to SEAI’s obligations at law.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Please refer to the Request for Tender for further information.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Please refer to the Request for Tender for further information.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please refer to the Request for Tender for further information.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/02/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 28/02/2023
IV.2.7)Conditions for opening of tenders
Date: 28/02/2022
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

For further information please visit the Request for Tender published on www.etenders.gov.ie

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of Ireland
Postal address: Four Courts, Inns Quay, Smithfield
Town: Dublin
Postal code: D7
Country: Ireland
VI.5)Date of dispatch of this notice:
26/01/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:52376-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more