II.1)
Scope of the procurement
Technical Service for SEAI’s Accelerated Capital Allowances (ACA)/Triple E Programme
Reference number:
Tech Svcs ACA/EEE Programme
71314300
-
Energy-efficiency consultancy services
Services
II.1.4)
Short description
This RFT was 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 has been 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.1.6)
Information about lots
This contract is divided into lots:
yes
II.1.7)
Total value of the procurement
Value excluding VAT:
520000.00
EUR
Establishment of six single-party framework agreements in six Lots for the provision of Technical Services for SEAI’s Accelerated Capital Allowance (ACA)/Triple E programme
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 was 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 has been 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.
Criteria below
Quality criterion
-
Name:
Quality of proposal, methodology and demonstrated understanding of the subject area and the requirements
/
Weighting:
20%
Quality criterion
-
Name:
Quality and level of proposed resources, including the range and depth of previous relevant experience which is applicable to this contract
/
Weighting:
40%
Cost criterion
-
Name:
Cost of Service
/
Weighting:
40%
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
Establishment of six single-party framework agreements in six Lots for the provision of Technical Services for SEAI’s Accelerated Capital Allowance (ACA)/Triple E programme
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 was 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 has been 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.
Criteria below
Quality criterion
-
Name:
Quality of proposal, methodology and demonstrated understanding of the subject area and the requirements.
/
Weighting:
20%
Quality criterion
-
Name:
Quality and level of proposed resources, including the range and depth of previous relevant experience which is applicable to this contract
/
Weighting:
40%
Cost criterion
-
Name:
Cost of Service
/
Weighting:
40%
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
Establishment of six single-party framework agreements in six Lots for the provision of Technical Services for SEAI’s Accelerated Capital Allowance (ACA)/Triple E programme
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 was 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 has been 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.
Criteria below
Quality criterion
-
Name:
Quality of proposal, methodology and demonstrated understanding of the subject area and the requirements
/
Weighting:
20%
Quality criterion
-
Name:
Quality and level of proposed resources, including the range and depth of previous relevant experience which is applicable to this contract
/
Weighting:
40%
Cost criterion
-
Name:
Cost of Service
/
Weighting:
40%
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
Establishment of six single-party framework agreements in six Lots for the provision of Technical Services for SEAI’s Accelerated Capital Allowance (ACA)/Triple E programme
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 was 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 has been 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.
Criteria below
Quality criterion
-
Name:
Quality of proposal, methodology and demonstrated understanding of the subject area and the requirements
/
Weighting:
20%
Quality criterion
-
Name:
Quality and level of proposed resources, including the range and depth of previous relevant experience which is applicable to this contract
/
Weighting:
40%
Cost criterion
-
Name:
Cost of Service
/
Weighting:
40%
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
Establishment of six single-party framework agreements in six Lots for the provision of Technical Services for SEAI’s Accelerated Capital Allowance (ACA)/Triple E programme.
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 was 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 has been 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.
Criteria below
Quality criterion
-
Name:
Quality of proposal, methodology and demonstrated understanding of the subject area and the requirements
/
Weighting:
20%
Quality criterion
-
Name:
Quality and level of proposed resources, including the range and depth of previous relevant experience which is applicable to this contract
/
Weighting:
40%
Cost criterion
-
Name:
Cost of Service
/
Weighting:
40%
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
Establishment of six single-party framework agreements in six Lots for the provision of Technical Services for SEAI’s Accelerated Capital Allowance (ACA)/Triple E programme
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 was 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 has been 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.
Criteria below
Quality criterion
-
Name:
Quality of proposal, methodology and demonstrated understanding of the subject area and the requirements
/
Weighting:
20%
Quality criterion
-
Name:
Quality and level of proposed resources, including the range and depth of previous relevant experience which is applicable to this contract
/
Weighting:
40%
Cost criterion
-
Name:
Cost of Service
/
Weighting:
40%
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