Contract notice

Information

Published

Date of dispatch of this notice: 17/05/2023

Expire date: 22/06/2023

External Reference: 2023-200507

TED Reference: 2023/S 097-303941

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

SEAI Procurement
SEAI Procurement
Three Park Place, Upper Hatch Street, Dublin 2
Dublin
D02FX65
IE
Contact person: Aisling Hall
Telephone: +353 18082100
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=241337&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

Energy Poverty Programme Framework
Reference number:  Energy Poverty Programme FW
II.1.2)

Main CPV code

45300000  -  Building installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The objective of this RFT is to establish a framework of Contractors to install energy efficiency measures in eligible homes nationwide under Energy Poverty Programmes led by SEAI. The programmes currently in operation are the WHS, a nationwide programme, and the WHS 2.0 Priority Programme, in place since February 2022.
The new framework will comprise a panel of Contractors capable of delivering the full suite of energy efficiency upgrades to eligible homes as required on both programmes.
For further information on this Request for Tender, please read the tender on www.etenders.gov.ie
II.1.5)

Estimated total value

Value excluding VAT: 700000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

39715200  -  Heating equipment
44221000  -  Windows, doors and related items
45210000  -  Building construction work
45261410  -  Roof insulation work
45320000  -  Insulation work
45321000  -  Thermal insulation work
45421100  -  Installation of doors and windows and related components
45421130  -  Installation of doors and windows
45421132  -  Installation of windows
50721000  -  Commissioning of heating installations
71314000  -  Energy and related services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The objective of this RFT is to establish a framework of Contractors to install energy efficiency measures in eligible homes nationwide under Energy Poverty Programmes led by SEAI. The programmes currently in operation are the WHS, a nationwide programme, and the WHS 2.0 Priority Programme, in place since February 2022.
The new framework will comprise a panel of Contractors capable of delivering the full suite of energy efficiency upgrades to eligible homes as required on both programmes.
For further information on this Request for Tender, please read the tender 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: 700000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:  
SEAI reserves the right to extend the term of the Framework Agreement for a period or periods of up to twelve months with a maximum of three such extensions on the same terms and conditions, subject to the SEAI’s obligations under law.
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:  Please refer to the RFT.
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.1.3)

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:  50
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: 2023/S 013-032513
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/06/2023
Local time:  12:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  22/06/2023
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