Contract notice

Information

Published

Date of dispatch of this notice: 14/08/2020

Expire date: 14/09/2020

External Reference: 2020-262556

TED Reference: 2020/S 160-390320

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sustainable Energy Authority of Ireland
N/A
Three Park Place, Upper Hatch Street
D02 FX65
Dublin 2
IE
Contact person: Patrick Pirkl
Telephone: +353 18082124
Internet address(es):
Main address: http://www.seai.ie

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=172251&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Technical Service for SEAI’s Accelerated Capital Allowances (ACA)/Triple E Programme
Reference number:  Tech Svcs ACA/EEE Programme
II.1.2)

Main CPV code

71314300  -  Energy-efficiency consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This RFT is to invite proposals from suitably qualified services providers to become part of a framework of technical experts for the ACA/Triple E programmes. The Framework six Lots covering 52 Technologies
Lot 1 covering 10 Technologies over 3 Categories
Lot 2 covering 2 Technologies over 1 Category
Lot 3 covering 2 Technologies over 1 Category
Lot 4 covering 18 Technologies over 5 Categories
Lot 5 covering 8 Technologies over 1 Category
Lot 6 covering 12 Technologies over 1 Category
One service provider will be appointed per Lot to provide technical services across all the technologies of that Lot. This technical framework will provide the necessary expertise to check eligibility of submitted products in the various categories as well as provide the additional technical knowledge for the monitoring of the published products and programme impact, and research into possible new equipment categories
For further information please see Request for Tender at www.etenders.gov.ie.
II.1.5)

Estimated total value

Value excluding VAT: 520000.00  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

Covering 10 Technologies over 3 Categories
Lot No:  1
II.2.2)

Additional CPV code(s)

71356000  -  Technical services
71314300  -  Energy-efficiency consultancy services
II.2.4)

Description of the procurement

The objective of this RFT is to invite proposals from suitably qualified services providers to become part of a framework of technical experts for the ACA/Triple E programmes. The Framework is divided into six Lots covering 52 Technologies across 10 Categories
Lot 1 covering 10 Technologies; Building Energy Management Systems (BEMS), Commercial Combination Ovens, Commercial Dishwashers, Commercial Laundry Dryer, Commercial Laundry Washer, Commercial Water Boilers, Heat Pumps, Refrigerated Display Cabinet Equipment, Refrigeration System Controls and Water Boilers.
One service provider will be appointed per Lot to provide technical services across all the technologies of that Lot. Tenderers may submit a response for one or more lots. There is no restriction on the number of lots any Tenderer may win.
It is intended that this technical framework will provide the necessary expertise to check eligibility of submitted products in the various categories as well as provide the additional technical knowledge for the monitoring of the published products and programme impact, and research into possible new equipment categories
For further information please see Request for Tender at www.etenders.gov.ie.
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: 40000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
SEAI will initially award a framework agreement for a term of one year (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up three 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: yes
Identification of the project: ERDF
II.2)

Description

II.2.1)

Title

Covering 2 Technologies; Lighting Control and Lighting Units, over 1 Category
Lot No:  2
II.2.2)

Additional CPV code(s)

71356000  -  Technical services
71314300  -  Energy-efficiency consultancy services
II.2.4)

Description of the procurement

The objective of this RFT is to invite proposals from suitably qualified services providers to become part of a framework of technical experts for the ACA/Triple E programmes. The Framework is divided into six Lots covering 52 Technologies across 10 Categories
Lot 2 covering 2 Technologies; Lighting Control and Lighting Units.
One service provider will be appointed per Lot to provide technical services across all the technologies of that Lot. Tenderers may submit a response for one or more lots. There is no restriction on the number of lots any Tenderer may win.
It is intended that this technical framework will provide the necessary expertise to check eligibility of submitted products in the various categories as well as provide the additional technical knowledge for the monitoring of the published products and programme impact, and research into possible new equipment categories
For further information please see Request for Tender at www.etenders.gov.ie.
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: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
SEAI will initially award a framework agreement for a term of one year (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up three 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: yes
Identification of the project: ERDF
II.2)

Description

II.2.1)

Title

Covering 2 Technologies over 1 Category
Lot No:  3
II.2.2)

Additional CPV code(s)

71356000  -  Technical services
71314300  -  Energy-efficiency consultancy services
II.2.4)

Description of the procurement

The objective of this RFT is to invite proposals from suitably qualified services providers to become part of a framework of technical experts for the ACA/Triple E programmes. The Framework is divided into six Lots covering 52 Technologies across 10 Categories
Lot 3 covering 2 Technologies; Alternative Energy Vehicle Conversions and Electric Vehicles and Associated Charging Equipment.
One service provider will be appointed per Lot to provide technical services across all the technologies of that Lot. Tenderers may submit a response for one or more lots. There is no restriction on the number of lots any Tenderer may win.
It is intended that this technical framework will provide the necessary expertise to check eligibility of submitted products in the various categories as well as provide the additional technical knowledge for the monitoring of the published products and programme impact, and research into possible new equipment categories
For further information please see Request for Tender at www.etenders.gov.ie.
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: 30000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
SEAI will initially award a framework agreement for a term of one year (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up three 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: yes
Identification of the project: ERDF
II.2)

Description

II.2.1)

Title

Covering 18 Technologies over 5 Categories
Lot No:  4
II.2.2)

Additional CPV code(s)

71356000  -  Technical services
71314300  -  Energy-efficiency consultancy services
II.2.4)

Description of the procurement

The objective of this RFT is to invite proposals from suitably qualified services providers to become part of a framework of technical experts for the ACA/Triple E programmes. The Framework is divided into six Lots covering 52 Technologies across 10 Categories
Lot 4 covering 18 Technologies; AC Induction Motors, Blowers, Chillers and Fluid Coolers, Compressors and Condensing Units, Condensers, Electrical Actuators, Extrusion Blow Moulding Machines, Fans, Heat Exchangers, HVAC Zone Control, Hydraulic Power Recovery Turbine, Injection Blow Moulding Machines, Injection Moulding Machines, Permanent Magnet Motors, Process Energy Management Systems, Pumps, Variable Speed Drive and Voltage Stabilisation.
One service provider will be appointed per Lot to provide technical services across all the technologies of that Lot. Tenderers may submit a response for one or more lots. There is no restriction on the number of lots any Tenderer may win.
It is intended that this technical framework will provide the necessary expertise to check eligibility of submitted products in the various categories as well as provide the additional technical knowledge for the monitoring of the published products and programme impact, and research into possible new equipment categories
For further information please see Request for Tender at www.etenders.gov.ie.
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: 25000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
SEAI will initially award a framework agreement for a term of one year (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up three 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: yes
Identification of the project: ERDF
II.2)

Description

II.2.1)

Title

Covering 8 Technologies over 1 Category
Lot No:  5
II.2.2)

Additional CPV code(s)

71356000  -  Technical services
71314300  -  Energy-efficiency consultancy services
II.2.4)

Description of the procurement

The objective of this RFT is to invite proposals from suitably qualified services providers to become part of a framework of technical experts for the ACA/Triple E programmes. The Framework is divided into six Lots covering 52 Technologies across 10 Categories
Lot 5 covering 8 Technologies; Blade Servers, Centralised Direct Current Power Distribution, DC Current Power Distribution, Enterprise Communication Equipment, Enterprise Storage Equipment, ICT Optimisation Solutions, Precise Cooling and Uninterruptible Power Suppliers.
One service provider will be appointed per Lot to provide technical services across all the technologies of that Lot. Tenderers may submit a response for one or more lots. There is no restriction on the number of lots any Tenderer may win.
It is intended that this technical framework will provide the necessary expertise to check eligibility of submitted products in the various categories as well as provide the additional technical knowledge for the monitoring of the published products and programme impact, and research into possible new equipment categories
For further information please see Request for Tender at www.etenders.gov.ie.
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: 25000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
SEAI will initially award a framework agreement for a term of one year (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up three 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: yes
Identification of the project: ERDF
II.2)

Description

II.2.1)

Title

Covering 12 Technologies over 1 Category
Lot No:  6
II.2.2)

Additional CPV code(s)

71356000  -  Technical services
71314300  -  Energy-efficiency consultancy services
II.2.4)

Description of the procurement

The objective of this RFT is to invite proposals from suitably qualified services providers to become part of a framework of technical experts for the ACA/Triple E programmes. The Framework is divided into six Lots covering 52 Technologies across 10 Categories
Lot 6 covering 12 Technologies; Biomass Boilers, Boiler Controls, Boilers and Hot Water Heaters, Co-Generation, Condensate Recovery Systems, Inverter, Localised Steam Generators, Photovoltaic Systems, Solar Thermal Collectors, Stationary Fuel Cell Power Systems, Steam Systems and Wind Turbines.
One service provider will be appointed per Lot to provide technical services across all the technologies of that Lot. Tenderers may submit a response for one or more lots. There is no restriction on the number of lots any Tenderer may win.
It is intended that this technical framework will provide the necessary expertise to check eligibility of submitted products in the various categories as well as provide the additional technical knowledge for the monitoring of the published products and programme impact, and research into possible new equipment categories
For further information please see Request for Tender at www.etenders.gov.ie.
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: 100000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
SEAI will initially award a framework agreement for a term of one year (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up three 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: yes
Identification of the project: ERDF

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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.2.3)

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:  6
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:  14/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  14/09/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Inns Quay, Smithfield, Dublin 7
Dublin
D7
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Courts Service of Ireland, Four Courts, Dublin, Ireland.