Multi-Party Framework Agreement for HSE DTS Framework 2025 FW03: Non-Acute Healthcare Capital Works – project value €1M - €15M excl. VAT for excl. VAT for RHA B Dublin and Midlands, IHA1 and IHA 2

MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, or in-house …

CPV: 71200000 Architektonické a související služby, 75251110 Prevence požárů, 71324000 Měření objemu vykonaných prací, 71321000 Technické projekty pro mechanické a elektrické instalace budov, 71320000 Technické projektování, 71312000 Poradenství v oblasti pozemního stavitelství, 71334000 Strojírenské a elektrotechnické služby, 71311000 Poradenství v oblasti stavebního inženýrství, 71314300 Poradenství v oblasti energetické účinnosti, 71410000 Územní plánování, 71317210 Poradenství v oblasti bezpečnosti a zdraví
Termín:
4. června 2025 12:00
Typ lhůty:
Podání nabídky
Místo provedení:
Multi-Party Framework Agreement for HSE DTS Framework 2025 FW03: Non-Acute Healthcare Capital Works – project value €1M - €15M excl. VAT for excl. VAT for RHA B Dublin and Midlands, IHA1 and IHA 2
Misto zadání:
Health Service Executive (HSE)
Číslo zakázky:
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 DTS Framework 2025 FW03: Non-Acute Healthcare Capital Works – project value €1M - €15M excl. VAT for excl. VAT for RHA B Dublin and Midlands, IHA1 and IHA 2
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. Please see SAQ document pack for details
Procedure identifier : 04461594-39dd-4684-b35a-6f70413f7c64
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 ): 71320000 Engineering design 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

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 : 7
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 7

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Architect (AR) as Principal Service Provider with the following Specialists domestic subconsultants, or in-house specialisms: a. Planner (PL), b. Project Supervisor Design Process (PSDP), c. Fire Safety Consultant (FSC) and d. BIM Information Manager (BIM).
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. 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 ): 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 ): 71320000 Engineering design 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 :

5.1.3 Estimated duration

Start date : 21/07/2025
Other duration : Unknown

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 : 04/06/2025 12:00 +01:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : 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 : Quantity Surveyor (QS), as Principal Service Provider.
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. 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 ): 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 ): 71320000 Engineering design 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 :

5.1.3 Estimated duration

Start date : 21/07/2025
Other duration : Unknown

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 : 04/06/2025 12:00 +01:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : 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 : Building Services Engineer (M+E), as Principal Service Provider.
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. 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 ): 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 ): 71320000 Engineering design 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 :

5.1.3 Estimated duration

Start date : 21/07/2025
Other duration : Unknown

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 : 04/06/2025 12:00 +01:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : 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-0004

Title : Civil / Structural Engineer (C+S), as Principal Service Provider
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. 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 ): 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 ): 71320000 Engineering design 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 :

5.1.3 Estimated duration

Start date : 21/07/2025
Other duration : Unknown

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 : 04/06/2025 12:00 +01:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : 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-0005

Title : Employer’s Representative (ER), as Principal Service Provider
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. 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 ): 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 ): 71320000 Engineering design 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 :

5.1.3 Estimated duration

Start date : 21/07/2025
Other duration : Unknown

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 : 04/06/2025 12:00 +01:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : 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-0006

Title : Energy Efficient Design Facilitator (EEDF), as Principal Service Provider.
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. 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 ): 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 ): 71320000 Engineering design 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 :

5.1.3 Estimated duration

Start date : 21/07/2025
Other duration : Unknown

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 : 04/06/2025 12:00 +01:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : 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-0007

Title : Assigned Certifier (AC), as Principal Service Provider
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DESIGN TEAM SERVICES FRAMEWORK 2025 – FW03: NON-ACUTE HEALTHCARE CAPITAL WORKS – PROJECT VALUE €1M - €15M 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 subconsultants, 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 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 €1M - €15M excl. VAT for Dublin and Midlands RHA B, IHA1, and IHA2 for HSE Capital and Estates Office, Bridge House, Cherry Orchard Hospital. Please note that the INITIAL project forming Framework 03 for this regional/subregional office will be: Anna Gaynor House; Our Lady’s Hospice and Care Services. 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 ): 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 ): 71320000 Engineering design 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 :

5.1.3 Estimated duration

Start date : 21/07/2025
Other duration : Unknown

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 : 04/06/2025 12:00 +01:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 8
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 : 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 : IE9984032I
Postal address : Oak House, Millennium Park Naas Co. Kildare
Town : Kildare
Postcode : RE
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Robert Costello
Telephone : 353 874012090
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
Organisation providing more information on the review procedures

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 : c5d53a8d-8d57-4498-bf79-f82383025dcd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 29/04/2025 10:20 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00278698-2025
OJ S issue number : 84/2025
Publication date : 30/04/2025