Contract notice

Information

Published

Date of dispatch of this notice: 27/07/2021

Expire date: 26/08/2021

External Reference: 2021-275108

TED Reference: 2021/S 146-387849

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sustainable Energy Authority of Ireland
9607090 O
Three Park Place Upper Hatch Street
Dublin
D02 FX65
IE
Contact person: Patrick Pirkl
Telephone: +353 18082124
NUTS code:  IE -  IRELAND
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=194421&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

Multi-party framework agreement for 4 lots for technical and advisory services to SEAI and organisations undertaking an Energy Efficient Design project / investment
Reference number:  Energy Efficient Design (EED)
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 establish 4 multi-party framework agreements to provide technical support and advisory services to SEAI & organisations undertaking an Energy Efficient Design project / investment.
Lot 1: Energy Efficient Design Trainers
Lot 2 - Technical Project Assessors NOTE: This lot may not proceed.
Lot 3 – Energy Efficient Design Mentors
Lot 4 – EED Special Working Group Leaders
The estimated contract term including extensions will be three years with the budget subject to the annual government estimates and budgetary process in each of the years in question which are subject to change
Further information is available on www.etenders.gov.ie.
II.1.5)

Estimated total value

Value excluding VAT: 2010000.00  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

Energy Efficient Design (EED) Trainerst
Lot No:  1
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314200  -  Energy-management services
71320000  -  Engineering design services
71356000  -  Technical services
71700000  -  Monitoring and control services
72224000  -  Project management consultancy services
79421000  -  Project-management services other than for construction work
79421100  -  Project-supervision services other than for construction work
79421200  -  Project-design services other than for construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

There will be approximately 2-4 training courses delivered per month which will be a combination of open invitation courses advertised by SEAI and bespoke training courses delivered to organisations with cross-sectoral project teams that would benefit from a private training course.
It is anticipated that the support required will run year-round and will require up to 40 days of support per Framework Member per year.
One of the main objectives for SEAI is to upskill the key stakeholders involved in the successful implementation of an Energy Efficient Design project investment. The purpose of the training is to highlight the key principles of the Energy Efficient Design process and demonstrate the benefits of its adoption. The fundamental requirement to challenge and analyse the need for energy within the chosen boundary is a shift away from the typical energy audit approach which often focuses on the upgrade of equipment to a more energy efficient alternative. The training will aim to highlight how the energy efficient design process (using EXEED or I.S.399 methodology) can facilitate this approach.
Some of the key stakeholders include but are not limited to:
• Energy Consultants
• Design Teams
• Architects
• Project Managers
• Senior Management Teams
• Energy Managers
• Facility Managers
The successful Tenderers will be required to provide SEAI with the following support:
• Development of bespoke Energy Efficient Design training material to target key stakeholders in an Energy Efficient Design project. It is expected that different iterations of the material will need to be developed to suit a variety of audiences such as those listed above.
• Delivery of training courses on behalf of SEAI either through face-to-face presentations or online delivery
Further information is available on 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: 150000.00  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:  
A term of two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to one consecutive periods of up to twelve months on the same terms and conditions
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

Technical Project Assessors
Lot No:  2
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314200  -  Energy-management services
71320000  -  Engineering design services
71356000  -  Technical services
71700000  -  Monitoring and control services
72224000  -  Project management consultancy services
79421000  -  Project-management services other than for construction work
79421100  -  Project-supervision services other than for construction work
79421200  -  Project-design services other than for construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2 - Technical Project Assessors will support SEAI in the evaluation of EXEED stage 2 project grant applications. This will include completing a desktop audit (an assessment of the EXEED project proposals in terms of quality, specification, innovation, value for money and adherence to the energy efficient design approach) and undertaking site visits culminating with a technical assessment report submission detailing findings and recommendations to SEAI.
A maximum of eight framework members will be appointed to Lot 2.
For the avoidance of any doubt a technical assessor may not be a mentor for the same project.
3.2.1 Deliverables and expected scope of work
All EXEED projects with a stage 2 capital grant request above a threshold (which is currently €100,000) will be subject to an external technical assessment. The EXEED programme is open to applications year-round so the support required is dependent on the number of stage 2 grant applications submitted with a grant request above the threshold.
It is expected that circa 75 assessments will be required in 2021. SEAI is anticipating that over the next 1-3 years the number of assessments required per year will rise to approximately 120. This corresponds to circa 300 days of support under this lot (with each assessment requiring circa 2-3 days) per year.
Upon assignment of work, the technical assessor will agree an appropriate turnround time for submission of the technical assessment report to SEAI. It is anticipated that this will range between 5-10 working days from the date of assignment.
Technical assessors will be asked to declare any conflict of interest in relation to each assessment assigned to them under Lot 2.
The purpose of this assessment is to:
• Validate that the EXEED process has been followed correctly with particular emphasis on quality and depth of the challenge and analyse process.
• Provide an independent assessment on the technical specification of the EXEED project proposed.
• Validate the energy savings estimated by the applicant through information provided and/or discussions with project stakeholders (e.g. EED owner and EED expert).
• Ensure investment costs are appropriate and represent reasonable value for money.
• Assist SEAI in the evaluation process of each application providing comments and recommendation against both the grant evaluation criteria and eligibility checks.
Further information is available on 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: 630000.00  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:  
A term of two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to one consecutive periods of up to twelve months on the same terms and conditions
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

Energy Efficient Design (EED) Mentors
Lot No:  3
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314200  -  Energy-management services
71320000  -  Engineering design services
71356000  -  Technical services
71700000  -  Monitoring and control services
72224000  -  Project management consultancy services
79421000  -  Project-management services other than for construction work
79421100  -  Project-supervision services other than for construction work
79421200  -  Project-design services other than for construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 3 – Energy Efficient Design Mentors (EED) will support SEAI in engaging, mentoring, and providing specialist advice to organisations who are thinking about or currently undertaking an Energy Efficient Design project investment.
A maximum of eight framework members will be appointed to Lot 3. For the avoidance of any doubt a mentor may not also be a technical assessor for the same project.
Service providers will support SEAI in engaging, mentoring, and advising organisations on the topic of Energy Efficient Design and its application using EXEED and/or I.S.399 certification standards.
It is anticipated that the support required will run year-round and will require up to 300 days of support in total per year across the entire lot.
Mentors will be asked to declare any conflict of interest in relation to each assignment under Lot 3.
The successful Tenderers will be required to provide SEAI with the following support:
• Provide guidance & mentorship to organisations/individuals seeking help or advice on the delivery of Energy Efficient Design projects. This support may be required for various stakeholders involved in the lifecycle of an energy efficient design project and in response to requests received
• Development, co-ordination and delivery of webinars, workshops and/or events on the topic of Energy Efficient Design to increase knowledge and awareness of the process and particularly the benefits of its application when implemented correctly.
• Development of best practice guidance documentation (case studies, brochures, tools, containing energy-related subject matter) for publication.
• Support SEAI with the development and execution of stakeholder feedback surveys on the EXEED Grant and certification programmes.
• Represent SEAI on national/international/regional standard committees – This will likely be on an ad hoc basis.
• Support the activities of the special working groups referenced in lot 4 – e.g. site audits, technical evaluations, development of case study material, templates, tools, reports etc.
Further information is available on 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: 600000.00  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:  
A term of two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to one consecutive periods of up to twelve months on the same terms and conditions
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

Energy Efficient Design (EED) Special Working Group Leaders
Lot No:  4
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314200  -  Energy-management services
71320000  -  Engineering design services
71356000  -  Technical services
71700000  -  Monitoring and control services
72224000  -  Project management consultancy services
79421000  -  Project-management services other than for construction work
79421100  -  Project-supervision services other than for construction work
79421200  -  Project-design services other than for construction work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 4 – Energy Efficient Design (EED) Special Working Group Leaders will support SEAI with the development and facilitation of Special Working Groups (SWGs) focusing on innovation, overcoming barriers and development of new best practice in the area of energy efficient design. These SWGs will target specific sectors and/or technologies facilitating knowledge sharing, stakeholder engagement and best practice guidance development.
A maximum of six framework members will be appointed to Lot 4 to lead the special working groups. Resources that Tenderers propose for lot 4 must be competent to lead any SWG.
The service providers for this lot will support SEAI with the development and co-ordination of special working groups (SWGs) focusing on innovation, overcoming barriers and development of new best practice guidance in the area of energy efficient design within industry. A core expectation from the special working groups is to support organisations with the identification and implementation of decarbonisation solutions and pathways.
It is anticipated that the support required will run year-round and will require up to 300 days of support in total per year across the lot.
A special working group may be formed by SEAI with members drawn from Large Industry, significant commercial sectors and/or the Public sector. A programme of work will be determined by SEAI and SWG members and may include a combination of site assessments, audits, EXEED/I.S.399 demonstration projects, grouped or individual special investigations, desktop research, methodology development, new tools, or new solutions development. This programme of work will be for the benefit of the SWG and outputs of any assessments, audits, investigations etc. will be disseminated to the SWG members subject to any confidentiality concerns in relation to the data.
It is anticipated that the SWG members will implement an energy efficient design project using the EXEED and/or I.S.399 standardised process as an output of their involvement in the group.
Special working group members will share experiences, challenges, and learnings with respect to energy efficient design project implementation. The SWGs will offer a networking opportunity to better understand and support the delivery of improved energy efficient design projects and develop best practice guidance for industry to co-create innovative solutions to support energy efficiency improvements and carbon emission reductions.
Between 2021 and 2024 it is planned to develop a number of special working groups which will be made up of organisations from the sectors in the Primary Sectors List (these two sectors are the primary focus for SWG development by SEAI) below and other sectors in the Secondary Sectors List (1 to 6) Note: The Secondary Sectors list is not exhaustive.
Further information is available on 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: 630000.00  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:  
A term of two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to one consecutive periods of up to twelve months on the same terms and conditions
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Further information is available on www.etenders.gov.ie.
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

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:  24
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:  26/08/2021
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:  26/08/2021
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 of Ireland
Four Courts, Inns Quay, Smithfield
Dublin
D7
IE

VI.4.2)

Body responsible for mediation procedures

High Court, Four Courts
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

High Court, Four Courts
dublin
IE