Contract notice

Information

Published

Date of dispatch of this notice: 16/02/2023

Expire date: 29/03/2023

External Reference: 2023-247203

TED Reference: 2023/S 037-109662

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Environmental Protection Agency
N/A
Johnstown Castle Estate
Wexford
Wexford
IE
Contact person: Kathleen Byrne
Telephone: +353 0539160663
Fax: +353 0539160699
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.epa.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=233324&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

Environment

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Building Management Systems (BMS) Upgrade and Planned Preventative Maintenance (PPM) Contract
Reference number:  RFT-2023_BMS&PPM_Services
II.1.2)

Main CPV code

71334000  -  Mechanical and electrical engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The EPA is requesting tenders from suitably qualified BMS systems integrators to upgrade its BMS systems across its 6 office locations in Ireland that have Cylon controls of varying ages and hardware. Full details to be accessed in the RFT document.
II.1.5)

Estimated total value

Value excluding VAT: 242059.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71334000  -  Mechanical and electrical engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The EPA is requesting tenders from suitably qualified BMS integrators to upgrade its BMS across its 6 office locations in Ireland that have Cylon controls of varying ages and hardware, with the main objectives of;
• Providing a common controls platform across all sites that can be accessed from the cloud via a Tosibox VPN router and 4G modem (or similar approved).
• Replacing any outdated/no longer supported hardware with new, to future proof the systems.
• Retaining existing functioning and supported hardware to reduce the environmental impact of the project, in adherence to EPA’s Green Public Procurement Guidelines. GPP-Guidance-for-the-Irish-Public-Sector.pdf (epa.ie)
• Checking the functionality of the BMS at each site and create a dilapidation report along with prices for repairs.
• Making some modifications/additions to the existing systems to enhance the controls or monitoring of equipment at the sites. These additions are described within individual buildings reports.
• Improving alarm handling, easier integration with more controls protocols such as BACnet and KNX, extended datalogging, and making day to day management of the systems more convenient.
• Creating an interface for all sites with a standardised set of graphics so that each site has a similar ‘look and feel’.
• Providing ongoing PPM of the BMS at each site.
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: 242059.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
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: no

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:  As detailed in the tender documentation available to download from 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.2.3)

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:  29/03/2023
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  29/03/2023
Local time:  17:00

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
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

High Court
Dublin
7
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Consult legal advisor
As applicable
IE