Multi-Party Framework Agreement for HSE DT Services 2025 - FW05 Non-Acute Capital Works - Project Value €15M-€60M excl. VAT Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow

MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information …

CPV: 71200000 Dienstverlening op het gebied van architectuur en dergelijke, 71300000 Dienstverlening door ingenieurs, 71311000 Adviezen inzake bouwkunde, 71312000 Bouwkundig advies, 71314300 Advies inzake efficiënt energiegebruik, 71317210 Advies inzake gezondheid en veiligheid, 71321000 Technische ontwerpdiensten voor mechanische en elektrische installaties voor gebouwen, 71324000 Diensten voor het uittrekken van hoeveelheden, 71334000 Werktuigbouwkundige en elektrotechnische diensten, 71410000 Stedenbouw, 75251110 Brandpreventiediensten
Deadline:
16 juni 2025 12:00
Soort termijn:
Indiening van een bod
Plaats van uitvoering:
Multi-Party Framework Agreement for HSE DT Services 2025 - FW05 Non-Acute Capital Works - Project Value €15M-€60M excl. VAT Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow
Toekennende instantie:
Health Service Executive (HSE)
Gunningsnummer:
1

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Multi-Party Framework Agreement for HSE DT Services 2025 - FW05 Non-Acute Capital Works - Project Value €15M-€60M excl. VAT Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Procedure identifier : 8c02553b-f8f2-48b0-8a56-bef4f800b474
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

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

2.1.2 Place of performance

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

2.1.3 Value

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU

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 : L1: Architect Services including Specialists Skills Provider (Planner and BIM Info Manager)
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 1

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation 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 : L2: Quantity Surveying Services
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 2

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0003

Title : L3: Building Services Engineer
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 3

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0004

Title : L4: Civil and Structural Engineer
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 4

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0005

Title : L5: Fire Safety Consultant
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 5

5.1.1 Purpose

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation 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 : L6: Project Supervisor Design Process
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 6

5.1.1 Purpose

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation 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 : L7: Employer Representative
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 7

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation 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-0008

Title : L8: Energy Efficiency Design Facilitator
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 8

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation receiving requests to participate : Health Service Executive (HSE) -
Organisation processing tenders : Health Service Executive (HSE) -

5.1 Lot technical ID : LOT-0009

Title : L9: Assigned Certifier
Description : MULTI-PARTY FRAMEWORK AGREEMENT FOR HSE DT SERVICES 2025 - FW05 NON-ACUTE CAPITAL WORKS - PROJECT VALUE €15M-€60M EXCL. VAT. This framework will include design team disciplines (Lots): Lot 1: Architect (AR) as Principal Service Provider with the following Specialists domestic sub-consultants, or in-house specialisms: a. Planner (PL), b. BIM Information Manager (BIM). Lot 2: Quantity Surveyor (QS) as Principal Service Provider. Lot 3: Building Services Engineer (M and E), as Principal Service Provider. Lot 4: C and S Engineer (C and 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 Service Executive (HSE) invites Expressions of Interest, under the Restricted Procedure, from suitably qualified service providers for the provision of design team services (including Specialist Skills Providers) per the above Lot listing for which it is proposed to establish a Multi-Party Framework Agreement for each Lot type to award call-of contracts for Non-Acute Healthcare Capital Works – project value €15M-€60M excl. VAT within Longford, Westmeath, Laois, Offaly, Kildare and West Wicklow. Please note that the INITIAL project forming Framework 05 for this regional/sub-regional office will be Birr Community Nursing Unit, Birr, Co. Offaly.
Internal identifier : 9

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

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 : 16/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : Not yet known
Electronic invoicing : Allowed
Electronic ordering will be used : 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 : 99
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : N/A
Organisation providing offline access to the procurement documents : Health Service Executive (HSE) -
Organisation 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 : 2051236K
Postal address : Oak House, Millennium Park Naas Co. Kildare
Town : Kildare
Postcode : RE
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 05793-59940
Internet address : https://www.hse.ie
Buyer profile : https://www.hse.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation 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 : dab1c518-a982-4d67-b8ca-ac503096cb4b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/05/2025 15:47 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00312858-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025