Framework Agreement for Water Quality Services

The HSE wishes to invite tenders for the establishment of a National Framework Agreement (the Framework) for the assessment and management of risk in relation to Water System Contamination with Biofilm and Waterborne Micro-organisms to include the provision of appropriate training, risk assessment and legionella control system (the Service) The …

CPV: 71800000 Usługi konsultacyjne w zakresie dostaw wody i konsultacje dotyczące odpadów, 90713100 Usługi konsultacyjne dotyczące zaopatrzenia w wodę i obróbki ścieków inne niż związane z branżą budowlaną, 90711100 Ocena ryzyka lub zagrożenia innego niż powodowanego przez branżę budowlaną, 71600000 Usługi w zakresie testowania technicznego, analizy i konsultacji technicznej, 71621000 Usługi w zakresie analizy lub konsultacji technicznej, 71900000 Usługi laboratoryjne, 85111820 Usługi analizy bakteriologicznej, 80510000 Usługi szkolenia specjalistycznego
Termin:
30 kwietnia 2025 00:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
Framework Agreement for Water Quality Services
Miejsce udzielenia zamówienia:
Health Service Executive (HSE)
Numer nagrody:
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 : Framework Agreement for Water Quality Services
Description : The HSE wishes to invite tenders for the establishment of a National Framework Agreement (the Framework) for the assessment and management of risk in relation to Water System Contamination with Biofilm and Waterborne Micro-organisms to include the provision of appropriate training, risk assessment and legionella control system (the Service) The objective of this procurement is to appoint a range of suitable Service Providers to the Framework (the Framework Members). The scope of services required will include the assessment and management of risk of water system contamination with biofilm and waterborne microorganisms such as Legionella and Pseudomonas and the provision of appropriate training. For clarity, the HSE invites tenders on an national basis, but envisages the award of participants onto the Framework on the basis of Lots 1, 2 and 3 for each of the 6 Regional Health Area’s, with a sub lot for each training, risk assessment and legionella control system ie a maximum of 18 Lots in all. Note The Zip File Containing HSE24091 Draft Mini Tender Documents is For Information purposes, it is not to be completed.
Procedure identifier : 87f38e37-94ec-4441-8c50-20f25711ab51
Type of procedure : Open
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 ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 90713100 Consulting services for water-supply and waste-water other than for construction
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 85111820 Bacteriological analysis services
Additional classification ( cpv ): 80510000 Specialist training services

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Maximum value of the framework agreement : 900 000 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 : 3
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 Training
Description : The HSE wishes to invite tenders for the establishment of a National Framework Agreement (the Framework) for the assessment and management of risk in relation to Water System Contamination with Biofilm and Waterborne Micro-organisms to include the provision of appropriate training, risk assessment and legionella control system (the Service) The objective of this procurement is to appoint a range of suitable Service Providers to the Framework (the Framework Members). The scope of services required will include the assessment and management of risk of water system contamination with biofilm and waterborne microorganisms such as Legionella and Pseudomonas and the provision of appropriate training. For clarity, the HSE invites tenders on an national basis, but envisages the award of participants onto the Framework on the basis of Lots 1, 2 and 3 for each of the 6 Regional Health Area’s, with a sub lot for each training, risk assessment and legionella control system ie a maximum of 18 Lots in all. Note The Zip File Containing HSE24091 Draft Mini Tender Documents is For Information purposes, it is not to be completed.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 90713100 Consulting services for water-supply and waste-water other than for construction
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 85111820 Bacteriological analysis services
Additional classification ( cpv ): 80510000 Specialist training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 01/06/2029

5.1.5 Value

Maximum value of the framework agreement : 900 000 Euro

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 : 30/04/2025 00:00 +00:00
Deadline until which the tender must remain valid : 365 Year
Information about public opening :
Opening date : 30/04/2025 00:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
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 -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0002

Title : Lot 2 Risk Assessment Audit and Review
Description : The HSE wishes to invite tenders for the establishment of a National Framework Agreement (the Framework) for the assessment and management of risk in relation to Water System Contamination with Biofilm and Waterborne Micro-organisms to include the provision of appropriate training, risk assessment and legionella control system (the Service) The objective of this procurement is to appoint a range of suitable Service Providers to the Framework (the Framework Members). The scope of services required will include the assessment and management of risk of water system contamination with biofilm and waterborne microorganisms such as Legionella and Pseudomonas and the provision of appropriate training. For clarity, the HSE invites tenders on an national basis, but envisages the award of participants onto the Framework on the basis of Lots 1, 2 and 3 for each of the 6 Regional Health Area’s, with a sub lot for each training, risk assessment and legionella control system ie a maximum of 18 Lots in all. Note The Zip File Containing HSE24091 Draft Mini Tender Documents is For Information purposes, it is not to be completed.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 90713100 Consulting services for water-supply and waste-water other than for construction
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 85111820 Bacteriological analysis services
Additional classification ( cpv ): 80510000 Specialist training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 01/07/2029

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 : 30/04/2025 00:00 +00:00
Deadline until which the tender must remain valid : 365 Year
Information about public opening :
Opening date : 30/04/2025 00:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
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 -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0003

Title : Lot 3 Preventative Maintenance and Monitoring
Description : The HSE wishes to invite tenders for the establishment of a National Framework Agreement (the Framework) for the assessment and management of risk in relation to Water System Contamination with Biofilm and Waterborne Micro-organisms to include the provision of appropriate training, risk assessment and legionella control system (the Service) The objective of this procurement is to appoint a range of suitable Service Providers to the Framework (the Framework Members). The scope of services required will include the assessment and management of risk of water system contamination with biofilm and waterborne microorganisms such as Legionella and Pseudomonas and the provision of appropriate training. For clarity, the HSE invites tenders on an national basis, but envisages the award of participants onto the Framework on the basis of Lots 1, 2 and 3 for each of the 6 Regional Health Area’s, with a sub lot for each training, risk assessment and legionella control system ie a maximum of 18 Lots in all. Note The Zip File Containing HSE24091 Draft Mini Tender Documents is For Information purposes, it is not to be completed.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71800000 Consulting services for water-supply and waste consultancy
Additional classification ( cpv ): 90713100 Consulting services for water-supply and waste-water other than for construction
Additional classification ( cpv ): 90711100 Risk or hazard assessment other than for construction
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 71900000 Laboratory services
Additional classification ( cpv ): 85111820 Bacteriological analysis services
Additional classification ( cpv ): 80510000 Specialist training services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/07/2025
Duration end date : 01/07/2029

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 : 30/04/2025 00:00 +00:00
Deadline until which the tender must remain valid : 365 Year
Information about public opening :
Opening date : 30/04/2025 00:30 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 10
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 -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
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 : 20059064
Postal address : Oak House, Millennium Park Naas Co. Kildare
Town : Kildare
Postcode : RE
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 5119698
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

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 : c9b826e0-9329-4f6c-8318-89bf787d340a - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/03/2025 11:28 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00195196-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025