loading
  • IE-Kilkenny Kilkenny
  • 07.12.2018
  • Ausschreibung
  • (ID 2-319824)

Multi Supplier Framework for DEC, BER, NDBER, Building Surveyor/Inspector and Energy Auditing Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 07.12.2018, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Büro-, Verwaltungsbauten
    Art der Leistung Energieplanung/ -beratung / Projektsteuerung / allgemeine Beratungsleistungen / Technische Ausrüstung / Bauleitung, Objektüberwachung / Studien, Gutachten / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren IE-Kilkenny Kilkenny
    TED Dokumenten-Nr. 485583-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Kilkenny: Energy and related services

      2018/S 212-485583

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      3 Counties Energy Agency
      IE 6376270 I
      Burrell's Hall, St Kieran's College
      Kilkenny
      Kilkenny
      Ireland
      Contact person: Shane Faulkner
      Telephone: +353 567790856
      E-mail: MjE0ZVhTZ15dYFdkMiVVV1MgW1c=
      NUTS code: IE052

      Internet address(es):

      Main address: http://www.3cea.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/77078

      I.2)Information about joint procurement
      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=137475&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=137475&B=ETENDERS_SIMPLE
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local agency/office
      I.5)Main activity
      Environment

      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 code
      71314000
      II.1.3)Type of contract
      Services
      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 value
      Value excluding VAT: 250 000.00 EUR
      II.1.6)Information about lots
      This 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 performance
      NUTS 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 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: 75 000.00 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:

      1 year initial period, with up to 3 yearly extensions on framework permitted.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      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 performance
      NUTS 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 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: 75 000.00 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:

      1 year initial period, with up to 3 yearly extensions on framework permitted.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      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 performance
      NUTS 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 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: 25 000.00 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:

      1 year initial period, with up to 3 yearly extensions on framework permitted.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      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 performance
      NUTS 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 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: 50 000.00 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:

      1 year initial period, with up to 3 yearly extensions on framework permitted.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      II.2)Description
      II.2.1)Title:

      Energy Auditing Services

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71314200
      71314300
      71315100
      71315210
      71315300
      71315400
      71631300
      79212000
      90714000
      90714300
      II.2.3)Place of performance
      NUTS 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 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: 75 000.00 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:

      1 year initial period, with up to 3 yearly extensions on framework permitted.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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

      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:

      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 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.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 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: 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 participate
      Date: 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 tender
      Duration in months: 48 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 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 recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      TBC
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 05.11.2018
Zuletzt aktualisiert 05.11.2018
Wettbewerbs-ID 2-319824 Status Kostenpflichtig
Seitenaufrufe 34