Contract notice

Information

Published

Date of dispatch of this notice: 03/04/2023

Expire date: 05/05/2023

External Reference: 2023-256789

TED Reference: 2023/S 070-208305

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
Dublin 2
Upper Hatch Street
IE
Contact person: Aisling Hall
Telephone: +353 18082130
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=238250&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

Establishment of Multi-Party framework agreements for the provision of legal services to SEAI divided into 4 Lots
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The objective of this Request For Tender (RFT) is to invite proposals from suitably qualified tenderers with a view to establishing multi-party Frameworks for the Provision of Legal Services. This RFT is divided into 4 lots as follows: Lot 1: Administration of Public Functions, Corporate Governance and Employment & Pensions Lot 2: Data Protection, Information Technology and Intellectual Property Lot 3: Energy, Renewables, Environment, Planning, Marine, Infrastructure and Transport Lot 4: EU & Competition Law and Public Procurement
SEAI intends to appoint two framework members per Lot.
For more information in relation to the RFT please refer to the notice published on www.etenders.gov.ie
II.1.5)

Estimated total value

Value excluding VAT: 2350000.00  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

Administration of Public Functions, Corporate Governance and Employment & Pensions
Lot No:  1
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

This lot encompasses the majority of the services SEAI requires to carry out its public functions, powers and duties. SEAI acquired statutory obligations under its establishing legislation and a number of specific statutory instruments; it also has certain obligations flowing from its designation as a public sector body. Under this lot, SEAI will also require the provision of services relating to employment and pensions law to comply with its obligations as an employer.
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: 1600000.00  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 one year (“the Term”) which may be extended for up to three consecutive periods of twelve months each.The framework will be for a maximum period of four years.
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)

Description

II.2.1)

Title

Data Protection, Information Technology and Intellectual Property
Lot No:  2
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Under this lot, SEAI will require the provision of services relating to data protection to comply with its obligations as a data controller and data processor (as appropriate), and information to comply with its obligations as a public sector body. SEAI is seeking to appoint two service providers with extensive experience advising public authorities in all areas of data protection and information technology to this framework.
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: 150000.00  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 one year (“the Term”) which may be extended for up to three consecutive periods of twelve months each.The framework will be for a maximum period of four years.
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)

Description

II.2.1)

Title

Energy, Renewables, Environment, Planning, Marine, Infrastructure and Transport
Lot No:  3
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Under this lot, SEAI will require the provision of services relating to Public, Administrative and Regulatory Law for the following sectors: Energy, Renewables, Environment, Planning, Marine, Infrastructure and Transport.
SEAI is seeking to appoint two service providers to this framework with extensive experience advising public authorities and providing a full range of legal services across the named sectors.
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: 250000.00  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 one year (“the Term”) which may be extended for up to three consecutive periods of twelve months each.The framework will be for a maximum period of four years.
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)

Description

II.2.1)

Title

EU & Competition Law and Public Procurement
Lot No:  4
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Under this lot, SEAI will require the provision of services relating to public procurement, competition and State Aid law to comply with its obligations as public sector body. SEAI is seeking to appoint two service providers to this framework with extensive experience advising public authorities on public procurement, competition and State Aid law.
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: 350000.00  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 one year (“the Term”) which may be extended for up to three consecutive periods of twelve months each.The framework will be for a maximum period of four years.
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:  All Tenderers must demonstrate that they have the following technical and professional ability and must furnish the following documentation with their Tenders. Tenderers will either pass OR fail this qualification criterion:
Please complete the Self-Declaration Form contained in Appendix 4 relating to the following:
Conduct: Tenderers must confirm (by way of a self-declaration) that none of the Solicitors proposed to provide the Services have been found guilty of misconduct pursuant to the Solicitors Act 1954 -2015 (as amended) and the Legal Services Regulation Act 2015 (as amended) , or in the case of Solicitors from outside the Republic of Ireland, the equivalent legislation, rules or regulations, in the last five (5) years.
Practicing Certificates: Tenderers must confirm (by way of a self-declaration) that all of the Solicitors proposed to provide the Services hold current, valid practising certificates to act as a Solicitor in Ireland issued by the Law Society of Ireland in accordance with the Solicitors Act 1954-2015 (as amended) or the appropriate regulatory authority if outside the Republic of Ireland; and that there are no restrictions on their practising certificate which would impact the services required under this Framework Agreement.
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.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Tenderers must confirm (by way of a self-declaration) that all of the Solicitors proposed to provide the Services hold current, valid practising certificates to act as a Solicitor in Ireland issued by the Law Society of Ireland in accordance with the Solicitors Act 1954-2015 (as amended) or the appropriate regulatory authority if outside the Republic of Ireland; and that there are no restrictions on their practising certificate which would impact the services required under this Framework Agreement.
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:  2
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 050-144422
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/05/2023
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  05/05/2023
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