Multi-Party Framework Agreement for HSE Design Team Services Framework 2024 – FW05: Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT for RHA A: Dublin North

MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, …

CPV: 71200000 Архитектурни и свързани с тях услуги, 71410000 Услуги по териториално и градоустройствено планиране и развитие, 71324000 Услуги по оценка на състояние, 71321000 Инженерни услуги по проектиране и конструиране на инсталации в сгради, 71300000 Инженерни услуги в строителството, 71312000 Консултантски инженерни услуги в строителството, 75251110 Услуги, свързани с предотвратяване на пожари, 71311000 Консултантски услуги по проектиране и конструиране на строителни съоръжения, 71334000 Електромашинни инженерни услуги, 71317210 Консултантски услуги относно въздействието върху здравето и безопасността, 71314300 Консултантски услуги по ефективност на електрически системи
Краен срок:
Апр. 23, 2025, 3 след обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Multi-Party Framework Agreement for HSE Design Team Services Framework 2024 – FW05: Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT for RHA A: Dublin North
Издаващ орган:
Health Service Executive (HSE)
Номер на наградата:
1

1. Buyer

1.1 Buyer

Official name : Health Service Executive (HSE)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Health

2. Procedure

2.1 Procedure

Title : Multi-Party Framework Agreement for HSE Design Team Services Framework 2024 – FW05: Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT for RHA A: Dublin North
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Procedure identifier : a7c331a6-0713-4e5b-9f0b-bf35460633b2
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 600 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 9
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 9

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Architect Services including Specialist Skills Providers (Planner and BIM Information Manager)
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0002

Title : Quantity Surveying Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0003

Title : Building Services Engineering Services (M+E)
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0004

Title : Civil / Structural Engineering Services (C+S)
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0005

Title : Fire Safety Consultancy Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0006

Title : Project Supervisor Design Process Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0007

Title : Employer’s Representative Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0008

Title : Energy Efficient Design Facilitator Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0009

Title : Assigned Certifier Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 – FRAMEWORK 05: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €15M - €60M EXCL. VAT. This framework will include the following design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub- consultants, or in-house specialisms: a. Planner (PL) and b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS), as Principal Service Provider. Lot 3: Building Services Engineer (M+E), as Principal Service Provider. Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider. Lot 5: Fire Safety Consultant as Principal Service Provider. Lot 6: Project Supervisor Design Process, as Principal Service Provider. Lot 7: Employer’s Representative (ER), as Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 9: Assigned Certifier (AC), as Principal Service Provider. The Health Services Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified services providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-off contracts for Non-Acute Healthcare Capital Works – project value €15M - €60M excl. VAT within HSE Regional Health Area (RHA) A (Dublin North). Please note that the INITIAL project forming Framework 05 for this regional / sub- regional office will be: Proposed new Primary Care Centre, Station Road, Lusk, Co Dublin Please see SAQ document pack for details.
Internal identifier : 9

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71324000 Quantity surveying services
Additional classification ( cpv ): 71321000 Engineering design services for mechanical and electrical installations for buildings
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71312000 Structural engineering consultancy services
Additional classification ( cpv ): 75251110 Fire-prevention services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71317210 Health and safety consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 23/04/2025 15:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 7
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

8. Organisations

8.1 ORG-0001

Official name : Health Service Executive (HSE)
Registration number : IE9984032I
Postal address : Unit 7 Swords Business Campus Balheary Road
Town : Swords
Postcode : K67 X3Y9
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Damien Comiskey
Telephone : +353 872656820
Internet address : https://www.hse.ie
Buyer profile : https://www.hse.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 79e87ee6-bfb4-4a39-a512-a396b85b2721 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/03/2025 15:31 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00173815-2025
OJ S issue number : 54/2025
Publication date : 18/03/2025