Multi-Party Framework Agreement for HSE DT Services Framework 2024 – FW03 Non-Acute Healthcare Capital Works –project value €1M-€15M exc. VAT Longford, Westmeath, Laois, Offaly, Kildare, West Wicklow

MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 - FRAMEWORK 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: …

CPV: 71200000 Servicios de arquitectura y servicios conexos, 71300000 Servicios de ingeniería, 71311000 Servicios de consultoría en ingeniería civil, 71312000 Servicios de consultoría en ingeniería de estructuras, 71314300 Servicios de consultoría en rendimiento energético, 71317210 Servicios de consultoría en salud y seguridad, 71321000 Servicios de diseño técnico de instalaciones mecánicas y eléctricas para edificios, 71324000 Servicios de estudio de dimensiones, 71334000 Servicios de ingeniería mecánica y eléctrica, 71410000 Servicios de urbanismo, 75251110 Servicios de prevención de incendios
Lugar de ejecución:
Multi-Party Framework Agreement for HSE DT Services Framework 2024 – FW03 Non-Acute Healthcare Capital Works –project value €1M-€15M exc. VAT Longford, Westmeath, Laois, Offaly, Kildare, West Wicklow
Organismo adjudicador:
Health Service Executive (HSE)
Número de premio:
1

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Multi-Party Framework Agreement for HSE DT Services Framework 2024 – FW03 Non-Acute Healthcare Capital Works –project value €1M-€15M exc. VAT Longford, Westmeath, Laois, Offaly, Kildare, West Wicklow
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 - FRAMEWORK 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Procedure identifier : d475f110-8142-46f7-8b64-b2f6d754014e
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 ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 600 000 000 Euro
Maximum value of the framework agreement : 600 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Architect Services including Specialist Skills Providers (Planner, PSDP, FSC and BIM Information Manager)
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 - FRAMEWORK 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

5.1.2 Place of performance

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : 0
Order of importance : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 executing the payment : Health Service Executive (HSE)
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0002

Title : Quantity Surveying Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 - FRAMEWORK 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

5.1.2 Place of performance

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : 0
Order of importance : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 executing the payment : Health Service Executive (HSE)
TED eSender : European Dynamics S.A.

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 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

5.1.2 Place of performance

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : 0
Order of importance : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 executing the payment : Health Service Executive (HSE)
TED eSender : European Dynamics S.A.

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 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

5.1.2 Place of performance

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : 0
Order of importance : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 executing the payment : Health Service Executive (HSE)
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0005

Title : Employers Representative Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 - FRAMEWORK 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

5.1.2 Place of performance

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : 0
Order of importance : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 executing the payment : Health Service Executive (HSE)
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0006

Title : Energy Efficient Design Facilitator Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 - FRAMEWORK 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

5.1.2 Place of performance

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : 0
Order of importance : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 executing the payment : Health Service Executive (HSE)
TED eSender : European Dynamics S.A.

5.1 Lot technical ID : LOT-0007

Title : Assigned Certifier Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2024 - FRAMEWORK 03: NON-ACUTE HEALTHCARE CAPITAL WORKS - PROJECT VALUE €1M - €15M EXCL. VAT This framework will include 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), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. 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: Employer's Representative (ER), as Principal Service Provider. Lot 6: Energy Efficient Design Facilitator (EEDF), as Principal Service Provider. Lot 7: Assigned Certifier (AC), as Principal Service Provider. The Health Service Executive (HSE) invites expressions of interest, under the Restricted Procedure, from suitably qualified service 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 €1M - €15M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 03 for this regional/sub-regional office will be Longford High Support Hostel, Mental Health Services Unit.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 75251110 Fire-prevention 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 ): 71334000 Mechanical and electrical engineering services
Additional classification ( cpv ): 71311000 Civil engineering consultancy services
Additional classification ( cpv ): 71314300 Energy-efficiency consultancy services
Additional classification ( cpv ): 71410000 Urban planning services
Additional classification ( cpv ): 71317210 Health and safety consultancy services

5.1.2 Place of performance

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

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : 0
Order of importance : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 executing the payment : Health Service Executive (HSE)
TED eSender : European Dynamics S.A.

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1 Result lot ldentifier : LOT-0004

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1 Result lot ldentifier : LOT-0005

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1 Result lot ldentifier : LOT-0006

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1 Result lot ldentifier : LOT-0007

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

8. Organisations

8.1 ORG-0001

Official name : Health Service Executive (HSE)
Registration number : 2051236K
Postal address : Oak House, Millennium Park Naas Co. Kildare
Town : Kildare
Postcode : RE
Country : Ireland
Telephone : 05793-59940
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 executing the payment

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 : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 1ebefa50-ae83-494b-9f02-e895e1504ca1 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 09/09/2024 13:56 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00542906-2024
OJ S issue number : 176/2024
Publication date : 10/09/2024