Contract award notice

Information

Published

Date of dispatch of this notice: 09/03/2023

External Reference: 2023-230550

TED Reference: 2023/S 052-154580

Contract award notice

Contract award notice

Results of the procurement procedure

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.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

Laboratory testing services for products in accordance with the EU Ecodesign Directive, the EU Energy Labelling Regulation and the EU Tyre Labelling Regulation
Reference number:  Laboratory Testing for Products
II.1.2)

Main CPV code

71630000  -  Technical inspection and testing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products under:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of Product ‘types’ that are described in each lot and broadly reflects the categorisation and terminology used in the relevant legislative instruments.
Lot 1 Lighting Category
Lot 2 Air Conditioning and Ventilation Category
Lot 3 Heat Pump Heating Category
Lot 4 Other Heating Category
Lot 5 Solid fuel Heating Category
Lot 6 Appliances Category
Lot 7 Refrigeration Category
Lot 8 Pumps and Motors Category
Lot 9 ICT Category
Lot 10 Tyres Category
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:  1400000.00  EUR
II.2)

Description

II.2.1)

Title

Lot 1 Lighting
Lot No:  1
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 1 Lighting Category covering two product types: Light sources; and Separate Control Gear.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing lighting products to verify compliance with:
Commission Regulation (EU) 2019/2020 of 1 October 2019 laying down ecodesign requirements for light sources and separate control gears pursuant to Directive 2009/125/EC of the European Parliament and of the Council and repealing Commission Regulations (EC) No 244/2009, (EC) No 245/2009 and (EU) No 1194/2012 (as amended)
Commission Delegated Regulation (EU) 2019/2015 of 11 March 2019 supplementing Regulation (EU) 2017/1369 of the European Parliament and of the Council with regard to energy labelling of light sources and repealing Commission Delegated Regulation (EU) No 874/2012 (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Lot 2 Air Conditioning and Ventilation
Lot No:  2
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2 Air Conditioning and Ventilation Category covering four product types: Air conditioners; Air heating and cooling product; Fans; and Ventilation units.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing air conditioning & air heating and cooling products to verify compliance with:
Commission Regulation (EU) No 206/2012 of 6 March 2012 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for air conditioners and comfort fans (as amended)
Commission Delegated Regulation (EU) No 626/2011 of 4 May 2011 supplementing Directive 2010/30/EU of European Parliament and of the Council with regard to energy labelling of air conditioners (as amended)
Commission Regulation (EU) 2016/2281 of 30 November 2016 implementing Directive 2009/125/EC of the European Parliament and of the Council with regards to ecodesign requirements for air heating products, cooling products, high temperature process chillers and fan coil units (as amended)
Testing fan products to verify compliance with:
Commission Regulation (EU) No 327/2011 of 30 March 2011 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for fans driven by motors with an electric input power between 125 W and 500 kW (as amended)
Testing ventilation products to verify compliance with:
Commission Regulation (EU) No 1253/2014 of 7 July 2014 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for ventilation units (as amended)
Commission Delegated Regulation (EU) No 1254/2014 of 11 July 2014 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to energy labelling of residential ventilation units (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Lot 3 Heat Pump Heating
Lot No:  3
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 3 Heat Pump Heating Category covering the following product types: Heat pump space and combination heaters; and Heat pump water heaters.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing Heat Pump space and combination heater products to verify compliance with:
Commission Regulation (EU) No 813/2013 of 2 August 2013 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for space heaters and combination heaters (as amended)
Commission Delegated Regulation (EU) No 811/2013 of 18 February 2013 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to the energy labelling of space heaters, combination heaters, packages of space heater, temperature control and solar device and packages of combination heater, temperature control and solar device (as amended)
Testing Heat pump water heater products to verify compliance with:
Commission Regulation (EU) No 814/2013 of 2 August 2013 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for water heaters and hot water storage tanks (as amended)
Commission Delegated Regulation (EU) No 812/2013 of 18 February 2013 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to the energy labelling of water heaters, hot water storage tanks and packages of water heater and solar device (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Lot 4 Other Heating
Lot No:  4
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 4 Other Heating Category covering the following product types: Non-heat pump space and combination heaters; Non-heat pump water heaters; Hot water storage tanks; and Local space heaters.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing non-heat pump space and combination heater products to verify compliance with:
Commission Regulation (EU) No 813/2013 of 2 August 2013 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for space heaters and combination heaters (as amended)
Commission Delegated Regulation (EU) No 811/2013 of 18 February 2013 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to the energy labelling of space heaters, combination heaters, packages of space heater, temperature control and solar device and packages of combination heater, temperature control and solar device (as amended)
Testing non heat pump water heaters & storage tank products to verify compliance with:
Commission Regulation (EU) No 814/2013 of 2 August 2013 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for water heaters and hot water storage tanks (as amended)
Commission Delegated Regulation (EU) No 812/2013 of 18 February 2013 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to the energy labelling of water heaters, hot water storage tanks and packages of water heater and solar device (as amended)
Testing local space heater products to verify compliance with:
Commission Regulation (EU) No 2015/1188 of 28 April 2015 implementing Directive 2009/125/EC of the European Parliament and of the Council with regards to ecodesign requirements for local space heaters (as amended)
Commission Delegated Regulation (EU) 2015/1186 of 24 April 2015 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regards to the energy labelling of local space heaters (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Lot 5 Solid Fuel Heating
Lot No:  5
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 5 Solid fuel Heating Category covering two product types: Solid fuel local space heaters; and Solid fuel boilers.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing solid fuel local space heater products to verify compliance with:
Commission Regulation (EU) 2015/1185 of 24 April 2015 implementing Directive 2009/125/EC of the European Parliament and of the Council with regards to ecodesign requirements for solid fuel local space heaters (as amended)
Commission Delegated Regulation (EU) 2015/1186 of 24 April 2015 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regards to the energy labelling of local space heaters (as amended)
Test solid fuel boiler products to verify compliance with:
Commission Delegated Regulation (EU) 2015/1187 of 27 April 2015 supplementing Directive 2010/30/EU with regard to energy labelling of solid fuel boilers and packages of a solid fuel boiler, supplementary heaters, temperature controls and solar devices (as amended)
Commission Regulation (EU) 2015/1189 of 28 April 2015 implementing Directive 2009/125/EC with regard to ecodesign requirements for solid fuel boilers (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie.
II.2)

Description

II.2.1)

Title

Lot 6 Appliances
Lot No:  6
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 6 Appliances Category covering five product types: Dishwashers; Washing machines and washer dryers; Tumble dryers; Ovens and Hobs; and Range hoods.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing dishwasher products to verify compliance with:
Commission Regulation (EU) 2019/2022 of 1 October 2019 laying down ecodesign requirements for household dishwashers pursuant to Directive 2009/125/EC of the European Parliament and of the Council amending Commission Regulation (EC) No 1275/2008 and repealing Commission Regulation (EU) No 1016/2010 (as amended)
Commission Delegated Regulation (EU) 2019/2017 of 11 March 2019 supplementing Regulation (EU) 2017/1369 of the European Parliament and of the Council with regard to energy labelling of household dishwashers and repealing Commission Delegated Regulation (EU) No 1059/2010 (as amended)
Testing washing machine and washer-dryer products to verify compliance with:
Commission Regulation (EU) 2019/2023 of 1 October 2019 laying down ecodesign requirements for household washing machines and household washer-dryers pursuant to Directive 2009/125/EC of the European Parliament and of the Council, amending Commission Regulation (EC) No 1275/2008 and repealing Commission Regulation (EU) No 1015/2010 (as amended)
Commission Delegated Regulation (EU) 2019/2014 of 11 March 2019 supplementing Regulation (EU) 2017/1369 of the European Parliament and of the Council with regard to energy labelling of household washing machines and household washer-dryers and repealing Commission Delegated Regulation (EU) No 1061/2010 and Commission Directive 96/60/EC (as amended)
Testing tumble drier products to verify compliance with:
Commission Regulation (EU) No 932/2012 of 3 October 2012 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for household tumble driers (as amended)
Commission Delegated Regulation (EU) No 392/2012 of 1 March 2012 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to energy labelling of household tumble driers (as amended)
Testing domestic oven and range hood products to verify compliance with:
Commission Regulation (EU) No 66/2014 of 14 January 2014 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for domestic ovens, hobs and range hoods (as amended)
Commission Delegated Regulation (EU) No 65/2014 of 1 October 2013 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to the energy labelling of domestic ovens and range hoods (as amended)
Testing hob products to verify compliance with:
Commission Regulation (EU) No 66/2014 of 14 January 2014 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for domestic ovens, hobs and range hoods (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 7 Refrigeration
Lot No:  7
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 7 Refrigeration Category covering three product types: Refrigeration (household); Refrigeration with direct sales function; and Professional Refrigeration
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing refrigerating appliance products to verify compliance with:
Commission Regulation (EU) 2019/2019 of 1 October 2019 laying down ecodesign requirements for refrigerating appliances pursuant to Directive 2009/125/EC of the European Parliament and of the Council and repealing Commission Regulation (EC) No 643/2009 (as amended)
Commission Delegated Regulation (EU) 2019/2016 of 11 March 2019 supplementing Regulation (EU) 2017/1369 of the European Parliament and of the Council with regard to energy labelling of refrigerating appliances and repealing Commission Delegated Regulation (EU) No 1060/2010 (as amended)
Testing refrigerating appliance with a direct sales function products to verify compliance with:
Commission Regulation (EU) 2019/2024 of 1 October 2019 laying down ecodesign requirements for refrigerating appliances with a direct sales function pursuant to Directive 2009/125/EC of the European Parliament and of the Council (as amended)
Commission Delegated Regulation (EU) 2019/2018 of 11 March 2019 supplementing Regulation (EU) 2017/1369 of the European Parliament and of the Council with regard to energy labelling of refrigerating appliances with a direct sales function (as amended)
Testing professional refrigerated storage cabinet, blast cabinet, condensing unit and process chiller products to verify compliance with:
Commission Regulation (EU) 2015/1095 of 5 May 2015 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for professional refrigerated storage cabinets, blast cabinets, condensing units and process chillers (as amended)
Commission Delegated Regulation (EU) 2015/1094 of 5 May 2015 supplementing Directive 2010/30/EU of the European Parliament and of the Council with regard to the energy labelling of professional refrigerated storage cabinets (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 8 Pumps and Motors
Lot No:  8
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 8 Pumps and Motors Category covering three product types: Electric motors and variable speed drives; Water pumps; and Circulators.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing electric motor and VSD products to verify compliance with:
Commission Regulation (EU) 2019/1781 of 1 October 2019 laying down ecodesign requirements for electric motors and variable speed drives pursuant to Directive 2009/125/EC of the European Parliament and of the Council, amending Regulation (EC) No 641/2009 with regard to ecodesign requirements for glandless standalone circulators and glandless circulators integrated in products and repealing Commission Regulation (EC) No 640/2009 (as amended)
Testing water pump products to verify compliance with:
Commission Regulation (EU) No 547/2012 of 25 June 2012 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for water pumps (as amended)
Testing circulators products to verify compliance with:
Commission Regulation (EC) No 641/2009 of 22 July 2009 implementing Directive 2005/32/EC of the European Parliament and of the Council with regard to ecodesign requirements for glandless standalone circulators and glandless circulators integrated in products (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 9 ICT
Lot No:  9
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 9 ICT Category covering four product types: Electronic displays; Standby, off mode & networked standby; Computers; and External power supplies.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing electronic display products to verify compliance with:
Commission Regulation (EU) 2019/2021 of 1 October 2019 laying down ecodesign requirements for electronic displays pursuant to Directive 2009/125/EC of the European Parliament and of the Council, amending Commission Regulation (EC) No 1275/2008 and repealing Commission Regulation (EC) No 642/2009 (as amended)
Commission Delegated Regulation (EU) 2019/2013 of 11 March 2019 supplementing Regulation (EU) 2017/1369 of the European Parliament and of the Council with regard to energy labelling of electronic displays and repealing Commission Delegated Regulation (EU) No 1062/2010 (as amended)
Testing electronic household and office equipment products to verify compliance with:
Commission Regulation (EC) No 1275/2008 of 17 December 2008 implementing Directive 2005/32/EC of the European Parliament and of the Council with regard to ecodesign requirements for standby and off mode electric power consumption of electrical and electronic household and office equipment (as amended)
Commission Regulation (EU) No 801/2013 of 22 August 2013 amending Regulation (EC) No 1275/2008 with regard to ecodesign requirements for standby, off mode electric power consumption of electrical and electronic household and office equipment, and amending Regulation (EC) No 642/2009 with regard to ecodesign requirements for televisions
Testing computer products to verify compliance with:
Commission Regulation (EU) No 617/2013 of 26 June 2013 implementing Directive 2009/125/EC of the European Parliament and of the Council with regard to ecodesign requirements for computers and computer servers (as amended)
Testing external power supply products to verify compliance with:
Commission Regulation (EU) 2019/1782 of 1 October 2019 laying down ecodesign requirements for external power supplies pursuant to Directive 2009/125/EC of the European Parliament and of the Council and repealing Commission Regulation (EC) No 278/2009
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 please see Request for Tender at www.etenders.gov.ie
II.2)

Description

II.2.1)

Title

Lot 10 Tyres
Lot No:  10
II.2.2)

Additional CPV code(s)

71314000  -  Energy and related services
71314300  -  Energy-efficiency consultancy services
71600000  -  Technical testing, analysis and consultancy services
71631000  -  Technical inspection services
79312000  -  Market-testing services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 10 Tyres Category covering three product types: C1 tyres; C2 tyres; and C3 tyres.
The objective of this RFT is to invite proposals from suitably qualified services providers to establish a Framework to facilitate laboratory testing of products within the scope of the:
– Ecodesign Directive 2009/125/EC (and relevant implementing measures)
– Energy Labelling Regulation 2017/1369 (and relevant delegated acts)
– Tyre Labelling Regulation 2020/740
The Framework is divided into ten lots relating to a wide range of product types, covered by specific ecodesign, energy labelling and tyre labelling legislative instruments.
Applicable European Product Legislation for this Lot is outlined below:
Testing tyre products to verify compliance with:
Regulation (EU) 2020/740 of the European Parliament and of the Council of 25 May 2020 on the labelling of tyres with respect to fuel efficiency and other parameters, amending Regulation (EU) 2017/1369 and repealing Regulation (EC) No 1222/2009 (as amended)
For further information please see Request for Tender at www.etenders.gov.ie.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality and technical merit of the organisation and proposed team.  /  Weighting:  3000
Quality criterion  -  Name:  The facilities and relevant equipment to undertake the testing  /  Weighting:  1500
Quality criterion  -  Name:  Quality of approach proposed to service delivery  /  Weighting:  1500
Cost criterion  -  Name:  Price of Service  /  Weighting:  4000
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 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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2022/S 053-138412

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1 Lighting

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Laborelec NV
Rodestraat 125
Linkebeek
BE
NUTS code:  BE -  BELGIQUE-BELGIË

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  150000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 2

Title: Lot 2 Air Conditioning and Ventilation

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

TUEV SUED Industrie Service GmbH
Westendstr. 199
Munich
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 3

Title: Lot 3 Heat Pump Heating

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

AIT Austrian Institute of Technology GmbH
AIT Giefinggasse 4 -1210
Vienna
AT
NUTS code:  AT -  ÖSTERREICH

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 4

Title: Lot 4 Other Heating

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Enertek International Limited
1 Malmo Road, Sutton Fields
Kingston upon Hull
UK
NUTS code:  UK -  UNITED KINGDOM

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  150000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 5

Title: Lot 5 Solid Fuel Heating

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

CENTRO DE ENSAYOS, INNOVACIÓN Y SERVICIOS (CEIS) S.L.
Ctra. Villaviciosa de Odón a Móstoles, KM 1.5 - 28935
Madrid
ES
NUTS code:  ES -  ESPAÑA

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 6

Title: Lot 6 Appliances

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

VDE Prüf- und Zertifizierungsinstitut GmbH
Merianstrasse 28
Offenbach
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  150000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 7

Title: Lot 7 Refrigeration

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Re/Gent B.V.
Lage Dijk 22
Helmond
NL
NUTS code:  NL -  NEDERLAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  150000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 8

Title: Lot 8 Pumps and Motors

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Contract No: 1

Lot No: 9

Title: Lot 9 ICT

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

VDE Prüf- und Zertifizierungsinstitut GmbH
Merianstrasse 28
Offenbach
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  200000.00  EUR

Section V: Award of contract

Contract No: 1

Lot No: 10

Title: Lot 10 Tyres

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

TUEV SUED Industrie Service GmbH
Westendstr. 199
Munich
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 1

Title: Lot 1 Lighting

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

VDE Prüf- und Zertifizierungsinstitut GmbH
Merianstrasse 28
Offenbach
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  150000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 3

Title: Lot 3 Heat Pump Heating

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

CENTRO DE ENSAYOS, INNOVACIÓN Y SERVICIOS (CEIS) S.L.
Ctra. Villaviciosa de Odón a Móstoles, KM 1.5 - 28935
Madrid
ES
NUTS code:  ES -  ESPAÑA

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: Lot 3 Heat Pump Testing

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

OST-Ostschweizer Fachhochschule, Warmepumpen-Testzentrum WPZ
Werdenbergstrasse 4
Buchs
CH
NUTS code:  CH -  SCHWEIZ/SUISSE/SVIZZERA

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  300000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 5

Title: Lot 5 Solid Fuel Heating

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

TUEV SUED Industrie Service GmbH
Westendstr. 199
Munich
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  100000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 7

Title: Lot 7 Refrigeration

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

TUEV SUED Industrie Service GmbH
Westendstr. 199
Munich
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  150000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 7

Title: Lot 7 Refrigeration

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

VDE Prüf- und Zertifizierungsinstitut GmbH
Merianstrasse 28
Offenbach
DE
NUTS code:  DE -  DEUTSCHLAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  150000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 10

Title: Lot 10 Tyres

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/02/2023
V.2.2)

Information about tenders

Number of tenders received:  3
Number of tenders received by electronic means:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

UNION TECHNIQUE DE l'AUTOMOBILE, DU CYCLE ET DU MOTOCYCLE (UTAC)
Autodrome de Linas-Montlhery, Avenue Georges Boillot
Linas
FR
NUTS code:  FR -  FRANCE

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  100000.00  EUR

Section VI: Complementary information

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, Four Courts
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
For further information please see Request for Tender at www.etenders.gov.ie.