Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityOther activity: Sustainable Energy
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Surveys, BERs and Inspections — Technical Services and Technical Helpdesk, including Training — BER Assessments, Quality Assurance and Auditing
II.1.2)Main CPV code71631300
II.1.3)Type of contractServices
II.1.4)Short description:
The Sustainable Energy Authority of Ireland (SEAI), established by Government under the Sustainable Energy Act 2002, has a mission to play a leading role in transforming Ireland into a society based on sustainable energy structures, technologies and practices.
The objective of this Request for Tender is to appoint an organisation to provide SEAI with a range of evaluation, survey, inspection, BER Assessment, audit and related quality assurance and technical services to deliver SEAI Schemes in accordance with the objectives cited in Appendix 2 of the RFT.
For more information please refer to the RFT published on www.etenders.gov.ie
II.1.5)Estimated total valueValue excluding VAT: 20 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71314000
71314200
71314300
71315300
71356000
71631000
72225000
79512000
80531200
II.2.3)Place of performanceNUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
The Sustainable Energy Authority of Ireland (SEAI), established by Government under the Sustainable Energy Act 2002, has a mission to play a leading role in transforming Ireland into a society based on sustainable energy structures, technologies and practices.
The objective of this Request for Tender is to appoint an organisation to provide SEAI with a range of evaluation, survey, inspection, BER Assessment, audit and related quality assurance and technical services to deliver SEAI Schemes in accordance with the objectives cited in Appendix 2 of the RFT.
For more information please refer to the RFT published on www.etenders.gov.ie
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 20 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
SEAI will issue the initial contract for a term of 1 year (“the Term”).
SEAI reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 3 such extension on the same terms and conditions, subject to SEAI’s obligations at law.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
II.2.14)Additional information
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
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 19/10/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 19/10/2018
Local time: 12:30
Place:
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyHigh Court
Dublin
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:18/09/2018