Contract notice

Information

Published

Date of dispatch of this notice: 30/07/2021

Expire date: 10/09/2021

External Reference: 2021-261237

TED Reference: 2021/S 149-397343

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=194721&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 Support Services for Non-Domestic Retrofit covering 6 lots
Reference number:  Tech Srvs for Non-Domestic Retro
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 invites proposals from suitably qualified services providers to establish six multi-party framework agreements to assist in delivering technical support, research, analysis, development of technical guides, templates and tools, advice and recommendations across SEAI’s Business and Public Sector Programmes, but are expected to be heavily focussed on the Project Support Unit (Public Sector Retrofit) and Commercial Retrofit Programmes. Each framework agreement will cover a separate lot as listed below:
Lot 1: Insight in Energy Retrofit and Policy
Lot 2: Building Physics and Energy Modelling
Lot 3: Building Services and Renewable Technologies
Lot 4: Architectural Services
Lot 5: Programme Management and Quantity Surveying
Lot 6: Building Retrofit Advice
For further information please see Request for Tender at www.etenders.gov.ie.
II.1.5)

Estimated total value

Value excluding VAT: 12000000.00  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

Insight in Energy Retrofit and Policy Input
Lot No:  1
II.2.2)

Additional CPV code(s)

71314310  -  Heating engineering services for buildings
71356000  -  Technical services
71356200  -  Technical assistance services
71621000  -  Technical analysis or consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 1 – Insight in Energy Retrofit and Policy
SEAI will draw upon policy and research experts to undertake the following tasks:
• Policy research into the retrofit and decarbonisation of non-domestic building stock.
• Provision of advice on existing and future EU and national policy related to retrofit and decarbonisation of non-domestic building stock.
• Development of tools for assessment of policy and regulatory requirements.
• Advising on project supports for the retrofit of buildings.
• Providing analysis and technical skills to support the evaluation of projects.
• Practical application of policy recommendations, tools and methodologies to retrofit projects.
Individual Competencies
• Qualification in relevant field, i.e. economics, policy, engineering or equivalent.
• Familiarity with government policy, regulation and legislation including the EPBD, EED, RED and Climate Action Plan.
• Experience in innovative policy assessment techniques.
• Experience in gathering and analysing data and assessing the impact of energy retrofits.
• Experience in the economic and financial analysis of non-domestic retrofit.
• Experience in energy modelling and assessment methodologies.
• Experience in the socio-economic assessment methodologies and techniques.
• Experience in the practical application of these tools, insights and methodologies on projects.
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: 2000000.00  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 two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to two consecutive periods of twelve months each 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.2.14)

Additional information

For further information about this multi-party framework, please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Building Physics and Energy Modelling
Lot No:  2
II.2.2)

Additional CPV code(s)

71314310  -  Heating engineering services for buildings
71356000  -  Technical services
71356200  -  Technical assistance services
71621000  -  Technical analysis or consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2 – Building Physics and Energy Modelling
SEAI will draw upon building physics and energy modelling experts to undertake the following tasks:
• Risk assessment of building fabric using heat transfer and hygrothermal analysis.
• Dynamic Thermal Modelling of indoor environmental quality (overheating/thermal comfort, air quality).
• Operational energy performance modelling of building fabric and services based on dynamic internal and external environmental conditions.
• Use of computational fluid dynamic analysis to assess building and environmental conditions.
• Provision of technical support to SEAI non-domestic retrofit programmes.
• Development of guidance documents and tools for construction sector.
• Development and delivery of training modules to the construction sector.
Individual Competencies
• Experience in Non-Domestic BER and DEC assessment and analysis.
• Qualification in a relevant field, e.g., architecture, engineering, or equivalent.
• Experience in Energy Efficient Design (EED).
• Analytical capabilities of building fabric, including curtain walling systems, using heat transfer and hygrothermal analysis.
• Experience in Dynamic Thermal Modelling of indoor environmental quality (overheating/thermal comfort, air quality).
• Experience in Dynamic Thermal Modelling of operational energy performance of building fabric and systems.
• Experience in providing technical analysis of the performance of energy efficiency measures.
• Experience in Computational Fluid Dynamic (CFD) analysis of building environments.
• Experience in developing and delivering CPD (Continuing Professional Development) training course modules, in conjunction with relevant professional bodies, on energy efficiency and renewable energy analysis tools.
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: 2750000.00  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 two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to two consecutive periods of twelve months each 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.2.14)

Additional information

For further information about this multi-party framework, please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Building Services and Renewable Technologies
Lot No:  3
II.2.2)

Additional CPV code(s)

71314310  -  Heating engineering services for buildings
71356000  -  Technical services
71356200  -  Technical assistance services
71621000  -  Technical analysis or consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 3 – Building Services and Renewable Technologies
SEAI will draw upon building services and renewable technology experts to undertake the following tasks:
• Provision of technical support to SEAI non-domestic retrofit programmes in relation to building services and renewable technologies.
• Development of guidance documents and tools for the construction sector.
• Development and delivery of training modules to the construction sector.
Individual Competencies
• Qualification in a relevant engineering field or equivalent.
• Experience in the design and specification of energy efficient and low carbon building services for non-domestic buildings including heating systems, cooling systems, hot water systems, ventilation systems, lighting and electrical systems.
• Experience in the design and specification of renewable technologies in non-domestic buildings including heat pumps, solar PV, solar thermal, biomass, biogas fuelled systems.
• Familiarity with the Building Regulations and Health and Safety requirements for non -domestic buildings.
• Experience in the Life Cycle Assessment of buildings looking at GHG emissions, embodied carbon and Material Life Cycle and Life Cycle Costs.
• Experience in quality management processes, guidelines, and standards such as ISO 9001 for the construction industry.
• Experience in environmental management systems, e.g. ISO 14001, and/or energy management systems, e.g. ISO 50001 or equivalent processes and procedures.
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: 2750000.00  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 two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to two consecutive periods of twelve months each 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.2.14)

Additional information

For further information about this multi-party framework, please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Architectural Services
Lot No:  4
II.2.2)

Additional CPV code(s)

71314310  -  Heating engineering services for buildings
71356000  -  Technical services
71356200  -  Technical assistance services
71621000  -  Technical analysis or consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 4 – Architectural Services
SEAI will draw upon architectural experts to undertake the following tasks:
• Provision of technical support to SEAI non-domestic retrofit programmes in relation to architectural services.
• Development of guidance documents and tools for the construction sector.
• Development and delivery of training modules to the construction sector.
Individual Competencies
• Qualification in a relevant architectural field, or equivalent.
• Experience in the design and specification of energy efficient and high-performance retrofitted building envelope systems including retrofit of external walls, roofs, floors, glazing and curtain walling systems.
• Experience in the design and specification of air tightness and thermal bridging solutions.
• Familiarity with the Building Regulations and Health and Safety requirements for non-domestic buildings.
• Familiarity with Fire Safety strategies in compliance with regulations.
• Advising on contracting structures and forms of contract.
• Experience in the Life Cycle Assessment of buildings looking at GHG emissions, embodied carbon and Material Life Cycle and Life Cycle Costs.
• Experience in quality management processes, guidelines, and standards such as ISO 9001 for the construction industry.
• Experience in environmental management systems, e.g. ISO 14001, and/or energy management systems, e.g. ISO 50001 or equivalent processes and procedures.
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: 2000000.00  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 two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to two consecutive periods of twelve months each 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.2.14)

Additional information

For further information about this multi-party framework, please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Programme Management and Quantity Surveying
Lot No:  5
II.2.2)

Additional CPV code(s)

71314310  -  Heating engineering services for buildings
71356000  -  Technical services
71356200  -  Technical assistance services
71621000  -  Technical analysis or consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 5 - Programme Management and Quantity Surveying
SEAI will draw upon programme management and quantity surveying experts to undertake the following tasks:
• Provision of programme management and quantity surveying support to SEAI non-domestic retrofit programmes.
• Development of guidance documents and tools for the construction sector.
• Develop and deliver training modules to the construction sector.
Individual Competencies
• Qualification in the relevant field, e.g., quantity surveying or architecture, engineering or equivalent.
• Project management experience and/or qualifications in project management
• Experience managing and delivering energy-related projects.
• Advising on specific project coordination roles, including EED and Health and Safety roles.
• Providing advice around best practice project management during the entire project lifecycle.
• Management and coordination of design teams, contractors, engineers, and architects.
• Pricing of projects.
• Cost and quality control of contractors.
• Providing energy project procurement and contracting advice.
• Advising on contracting structures and forms of contract.
• Advising on incorporating pay-for-performance into contracts.
• Identifying project risks at early stages and advising on mitigation measures.
• Project tracking/monitoring during development process and reporting against key milestones.
• Developing robust business cases for capital/energy projects and providing financial appraisal of same.
• Experience in the Life Cycle Assessment of buildings looking at GHG emissions, embodied carbon and Material Life Cycle and Life Cycle Costs.
• Experience in quality management processes, guidelines, and standards such as ISO 9001 for the construction industry or equivalent.
• Experience in environmental management systems, e.g. ISO 14001, and/or energy management systems, e.g. ISO 50001 or equivalent processes and procedures.
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: 750000.00  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 two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to two consecutive periods of twelve months each 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.2.14)

Additional information

For further information about this multi-party framework, please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Building Retrofit Advice
Lot No:  6
II.2.2)

Additional CPV code(s)

71314310  -  Heating engineering services for buildings
71356000  -  Technical services
71356200  -  Technical assistance services
71621000  -  Technical analysis or consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 6 – Building Retrofit Advice
SEAI will draw upon this lot to provide support to public bodies to develop decarbonisation pathways for public sector buildings to meet 2030 goals. SEAI may draw upon the services of this lot for commercial entities as required. The role of the Building Retrofit Advisor will typically include the following tasks:
• Assessing an existing building in terms of BER and operational performance.
• Publishing any BERs completed in the course of works (unless explicitly directed otherwise).
• Identifying and defining a pathway to 2030 targets for the building(s).
• Identifying barriers that could hinder progress to achieving 2030 targets.
• Reporting to the public body and SEAI.
Individual Competencies
• Registered Non-Domestic BER assessor.
• Experience in Non-Domestic BER and DEC assessment and analysis.
• Qualification in a relevant field, e.g., architecture, engineering, or equivalent.
• In-depth knowledge and experience in the construction industry.
• Experience in the retrofit of buildings.
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: 1750000.00  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 two year(s) (“the Term”) which subject to satisfactory performance, organisational needs and budget availability, may be extended for up to two consecutive periods of twelve months each 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.2.14)

Additional information

For further information on this multi-party framework please see Request for Tender at www.etenders.gov.ie.

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:  For further information please see Request for Tender at 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

III.2.2)

Contract performance conditions

For further information please see Request for Tender at www.etenders.gov.ie.

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:  54
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:  10/09/2021
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:  10/09/2021
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 see Request for Tender at www.etenders.gov.ie.
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 of Ireland
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

High Court, Four Courts
Dublin
IE