Multi- Party Framework Agreement for HSE Design Team Services Framework 2024 - Framework 05 Non Acute Healthcare Capital Works - Project Value €15M to €60M excl. VAT for HSE NW.

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 …

CPV: 71200000 Architectural and related services, 71324000 Quantity surveying services, 71321000 Engineering design services for mechanical and electrical installations for buildings, 71300000 Engineering services, 71312000 Structural engineering consultancy services, 75251110 Fire-prevention services, 71311000 Civil engineering consultancy services, 71334000 Mechanical and electrical engineering services, 71317210 Health and safety consultancy services, 71314300 Energy-efficiency consultancy services, 71410000 Urban planning services
Place of execution:
Multi- Party Framework Agreement for HSE Design Team Services Framework 2024 - Framework 05 Non Acute Healthcare Capital Works - Project Value €15M to €60M excl. VAT for HSE NW.
Awarding body:
Health Service Executive (HSE)
Award number:
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 Design Team Services Framework 2024 - Framework 05 Non Acute Healthcare Capital Works - Project Value €15M to €60M excl. VAT for HSE NW.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Procedure identifier : 9b749d79-0202-438b-9d84-e530630f3812
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

2.1.2 Place of performance

Postal address : Lifford Co. Donegal
Town : Lifford
Postcode : NA
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information : New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other.

2.1.3 Value

Estimated value excluding VAT : 0 Euro
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 : Lot 1: Architect (AR): as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a) Planner (PL). b) BIM Information Manager (BIM).
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Postal address : Lifford Co. Donegal Lifford Lifford
Town : Lifford, Co. Donegal Ireland
Postcode : NA
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information : New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other.

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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
Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 2: Quantity Surveyor (QS), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Postal address : Lifford Co. Donegal Lifford Co. Donegal
Town : Lifford
Postcode : NA
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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

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
Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 3: Building Services Engineer (M+E), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Postal address : Lifford Co. Donegal
Town : Lifford
Postcode : NA
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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

5.1.11 Procurement documents

Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 4: Civil / Structural Engineer (C+S), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Postal address : Lifford Co. Donegal
Town : Lifford
Postcode : NA
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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

5.1.11 Procurement documents

Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 5: Fire Safety Consultant (FSC), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 5

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Town : Lifford
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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

5.1.11 Procurement documents

Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 6

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Postal address : Lifford Co. Donegal
Town : Lifford
Postcode : NA
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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
Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 7: Employer Representative (ER), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 7

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Town : Lifford
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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
Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 8: Energy Efficiency Design Facilitator (EEDF), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 8

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Town : Lifford
Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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

Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 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 : Allowed
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 : 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 : 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 : Lot 9: Assigned Certifier (AC), as Principal Service Provider.
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). 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 (FSC), as Principal Service Provider. Lot 6: Project Supervisor Design Process (PSDP), as Principal Service Provider. Lot 7: Employer Representative (ER), as Principal Service Provider. Lot 8: Energy Efficiency 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 North West Area Please note that the INITIAL project forming Framework 05 for this regional / sub ¬ regional office NW West Area will be a New Build Community Nursing unit and Primary Care Centre co-located on a greenfield site in Lifford, Co Donegal. Each building will be separate and independent of the other. Initial stages will include a Development plan for the site. Each building may progress through the HSE stage approvals independent of the other building following feasibility stage. Construction maybe concurrent, phased or separate contracts. The CNU consists of 25 No beds plus ancillary accommodation in full compliance with HIQA regulations for Older Persons Residential Centre's, including entrance areas and Building Services area the net floor area is approx 1400 Sq m. Bedrooms are single bed ensuite with the exception of 1 No twin bed ensuite room. The Proposed new build PCCC includes the following areas / departments; - Primary care services - Dental - Ophthalmology - Addiction / Social Inclusion Inc Mental Health - GP Practice - Network Disability Team The net floor area of the PCCC Building is approx 2100 Sq m. Plant and Services facilities are additional to this net area. Each building may be tendered as a separate construction contract, subject to statutory approvals, HSE Approvals, Funding etc., The identified preferred site is approx 5.75 Ac. Site development works will also include extensive garden areas for the Community Hospital. Please see SAQ document pack.
Internal identifier : 9

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71200000 Architectural and related 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
Additional classification ( cpv ): 71410000 Urban planning services

5.1.2 Place of performance

Country subdivision (NUTS) : Border ( IE041 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 0 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
Deadline for requesting additional information : 09/09/2025 16:30 +01:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 31/10/2025
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 requests to participate : 19/09/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
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 : 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 : 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 : 2051236K
Postal address : Oak House, Millennium Park Naas Co. Kildare
Town : Kildare
Postcode : RE
Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Telephone : 0743723650
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 : 86210c56-2492-4c4f-9e4d-738396d3e5e7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/08/2025 14:58 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00546727-2025
OJ S issue number : 159/2025
Publication date : 21/08/2025