Contract notice

Information

Published

Date of dispatch of this notice: 07/03/2021

Expire date: 09/04/2021

External Reference: 2021-212065

TED Reference: 2021/S 048-120870

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
Dublin 2
D02 FX65
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=184234&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

Provision of Services of Health & Safety Officer and Facilities Coordination for SEAI BELOW EU Threshold
Reference number:  H&S Officer & Facilities Coordinator BELOW OJEU THRESHOLD
II.1.2)

Main CPV code

71317200  -  Health and safety services
II.1.3)

Type of contract

Services
II.1.4)

Short description

BELOW OJEU THRESHOLD TENDER
SEAI seeks proposals from suitably qualified & resourced organisations to provide a Health & Safety Officer and facilities coordination fin an outsourced capacity for up to 2 years with an objective to transition and onboard a full-time role. The service will continue extension of Safety, Health and Welfare Mgt Programme and provide facilities coordination support at head office and satellite locations.
For further information please see Request for Tender at www.etenders.gov.ie.
II.1.5)

Estimated total value

Value excluding VAT: 200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71317210  -  Health and safety consultancy services
79993000  -  Building and facilities management services
79993100  -  Facilities management services
II.2.4)

Description of the procurement

THIS IS A BELOW OJEU THRESHOLD TENDER
SEAI seeks proposals from suitably qualified & resourced organisations to provide a Health and Safety Officer and facilities coordination for SEAI in an outsourced capacity for up to 2 years with an objective to transition and onboard a full-time staff member. The service will continue the extension of Safety, Health and Welfare Management Programme and provide facilities coordination support at head office and satellite offices. More specifically the role will cover:
Health & Safety:
• Safety, Health and Welfare Officer role and ensuring SEAI are in full compliance with its legal obligations
• Provide core Safety Health and Welfare Training programmes for staff
• Develop the role with a more progressive approach to supporting extended Working from Home activities
• Develop the skillset of the Senior Management Team in areas related to the safety, health and welfare of staff, enhancing the culture of support for their teams
• Improve regular reporting of safety, health and welfare matters
• Implement a programme of supports for new staff and for existing staff who require additional supports
• Support policy development in conjunction with the HR Department
Facilities Coordination:
• Manage day-to-day facility related requirement for SEAI
• Point of contact for facilities related issues and requests
• Plan and implement new facilities setup and controls for return to office working post-Covid
• Establish/negotiate contract and lease terms at each office location
• Ensure processes and resources for safety working environments and PPE are in place
• Investigate and establish any new emergency evacuation procedure for each office
• Establish new hygiene protocols post-Covid
• Establish with head tenant and/or landlord new systems for office presence and traceability
• Onboard the new staffing arrangement and transition responsibility of role
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: 200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
Term of 12 months with potential to extend for one more year
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.1.8)

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:  09/04/2021
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:  09/04/2021
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, Four Courts
Inns Quay, Smithfield, Dublin 7
Dublin
D7
IE

VI.4.2)

Body responsible for mediation procedures

Courts Service of Ireland,
Four Courts, Inns Quay, Dublin 7
Dublin
IE