Contract notice

Information

Published

Date of dispatch of this notice: 02/06/2022

Expire date: 04/07/2022

External Reference: 2022-287591

TED Reference: 2022/S 108-305414

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Education Procurement Service (EPS)
IE 6609370 G
University of Limerick
Castletroy
Co.Limerick
IE
Contact person: Gerry Kennedy
Telephone: +353 61213506
NUTS code:  IE -  IRELAND
Internet address(es):
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=215670&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

Other type:  The University of Limerick
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Single Supplier Framework Agreement for the provision of Health & Safety Consultancy Services for The University of Limerick.
Reference number:  SA1954C
II.1.2)

Main CPV code

71317210  -  Health and safety consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The University’s Buildings and Estates Department is seeking the services of competent Health & Safety Consultants. All interested Health & Safety Consultants must have a proven track record in successfully implementing health & safety management systems/structures in large scale multi-disciplined, highly serviced and diverse buildings in a live environment with access to the public.
II.1.5)

Estimated total value

Value excluding VAT: 600000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
The University of Limerick
II.2.4)

Description of the procurement

The University’s Buildings and Estates Department is seeking the services of competent Health & Safety Consultants. All interested Health & Safety Consultants must have a proven track record in successfully implementing health & safety management systems/structures in large scale multi-disciplined, highly serviced and diverse buildings in a live environment with access to the public.
The successful Health & Safety Consultant will be required to provide on-going health and safety advice to all departments within the University. The personnel assigned to UL to undertake consultancy work in a particular area must be competent and have a proven track record in that specific discipline. Safety training may also be required as part of this contract. It is essential that the tenderer has a detailed knowledge of the requirements of the Safety, Health and Welfare at Work (General Application) Regulations 2007, SI299 of 2007 and Safety, Health and Welfare at Work Act 2005, compliance with the SHaWaW (Construction) Regulations 2013 and any other relevant Health, Safety and Welfare Legislation in force at the time of the commission.
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:  
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period or periods of up to Twelve (12) months with a maximum of Three (3) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed five (5) years in aggregate.
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
II.2.14)

Additional information

All information relating to tenders is published on
www.etenders.gov.ie only

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 see RFT document for further details.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please see RFT document for further details.
Minimum level(s) of standards possibly required:  
Please see RFT document for further details.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see RFT document for further details.

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 a single operator
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:  04/07/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  04/07/2022
Local time:  14:00

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

Office of the High Court
Four Courts Ground Floor, Inns Quay
Dublin
7
IE
Telephone: +353 18886000