Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multi Supplier Framework for DEC, BER, NDBER, Building Surveyor/Inspector and Energy Auditing Services
Reference number: Multi-Supplier Framework - 3cea
II.1.2)Main CPV code71314000
II.1.3)Type of contractServices
II.1.4)Short description:
3cea have developed a multi supplier framework for the following services:
— Lot 1: Display Energy Certificate (DEC) Assessors,
— Lot 2: Building Energy Rating (BER) Assessors,
— Lot 3: Non-Domestic Building Energy Rating (NDBER) Assessors,
— Lot 4: Building Surveyors/Inspectors,
— Lot 5: Energy Auditing Services.
Each lot will be a separate contract and it is envisaged up to 5 contractors (framework members) will be appointed under each Framework Agreement for each lot, at the discretion of 3cea.
II.1.5)Estimated total valueValue excluding VAT: 250 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1, Lot 2 and Lot 3 dependant on tender responses.
II.2)Description
II.2.1)Title:
DEC — Display Energy Certificate Assessors
Lot No: 1
II.2.2)Additional CPV code(s)71314200
71314300
71315100
71315210
71315300
71315400
71631300
79212000
90714000
90714300
II.2.3)Place of performanceNUTS code: IE052
Main site or place of performance:
South East Ireland — Potential of Nationwide works.
II.2.4)Description of the procurement:
SEAI Registered DEC Assessors required to provide services as per RFT Specifications.
Anticipated that up to 5 contractors (Framework Members) will be appointed into this lot.
Estimated cost of works over 4 years is 75 000,00
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: 75 000.00 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:
1 year initial period, with up to 3 yearly extensions on framework permitted.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
BER — Building Energy Rating Assessors
Lot No: 2
II.2.2)Additional CPV code(s)71314200
71314300
71315100
71315210
71315300
71315400
71631300
79212000
90714000
90714300
II.2.3)Place of performanceNUTS code: IE052
Main site or place of performance:
South East Ireland — Potential of Nationwide works.
II.2.4)Description of the procurement:
SEAI Registered BER Assessors required to provide services as per RFT Specifications.
Anticipated that up to 5 contractors (framework members) will be appointed into this lot.
Estimated cost of works over 4 years is 75 000,00.
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: 75 000.00 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:
1 year initial period, with up to 3 yearly extensions on framework permitted.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
NDBER — Non Domestic Building Energy Rating Assessors
Lot No: 3
II.2.2)Additional CPV code(s)71314200
71314300
71315100
71315210
71315300
71315400
71631300
79212000
90714000
90714300
II.2.3)Place of performanceNUTS code: IE052
Main site or place of performance:
South East Ireland — Potential of Nationwide works
II.2.4)Description of the procurement:
SEAI Registered NDBER Assessors required to provide services as per RFT Specifications.
Anticipated that up to 5 contractors (framework members) will be appointed into this lot.
Estimated cost of works over 4 years is 25 000,00.
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: 25 000.00 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:
1 year initial period, with up to 3 yearly extensions on framework permitted.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Building Surveyors/Inspection Services
Lot No: 4
II.2.2)Additional CPV code(s)71314200
71314300
71315100
71315210
71315300
71315400
71631300
79212000
90714000
90714300
II.2.3)Place of performanceNUTS code: IE052
Main site or place of performance:
South East Ireland — Potential of Nationwide works
II.2.4)Description of the procurement:
Building Surveyors/Inspectors required to provide services as per RFT Specifications.
Anticipated that up to 5 contractors (framework members) will be appointed into this lot.
Estimated cost of works over 4 years is 50 000,00.
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: 50 000.00 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:
1 year initial period, with up to 3 yearly extensions on framework permitted.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)71314200
71314300
71315100
71315210
71315300
71315400
71631300
79212000
90714000
90714300
II.2.3)Place of performanceNUTS code: IE052
Main site or place of performance:
South East Ireland — Potential of Nationwide works
II.2.4)Description of the procurement:
SEAI Registered Energy Auditors required to provide services as per RFT Specifications.
Anticipated that up to 5 contractors (framework members) will be appointed into this lot.
Estimated cost of works over 4 years is 75 000,00.
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: 75 000.00 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:
1 year initial period, with up to 3 yearly extensions on framework permitted.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
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 registersList and brief description of conditions:
DEC, BER, NDBER and Energy Auditors must be registered with Sustainable Energy Authority of Ireland (SEAI).
All tenderers must hold a qualification relating to the service provided and must hold registration with the governing body of the profession.
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:
Contract management and performance review conditions outlined in RFT.
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 systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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: no
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: 07/12/2018
Local time: 17:00
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: 48 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 07/12/2018
Local time: 17:00
Place:
3CEA Offices, Kilkenny, Ireland.
Information about authorised persons and opening procedure:
3cea Team and utilizing standard opening procedures.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyTBC
TBC
Ireland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:30/10/2018