Contract notice - utilities

Information

Cancelled

Date of dispatch of this notice: 09/06/2016

Expire date: 20/07/2016

External Reference: 2016-178051

TED Reference: 2016/S 112-199304

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board &/or its Subsidiaries, Associates & Joint Venture Partnerships (hereinafter referred to as ESB)
N/A
27 Lower Fitzwilliam Street
Dublin 2
Dublin
IE
Contact person: Paula Carey
NUTS code:  IE021 -  Dublin
Internet address(es):
Main address: http://www.esb.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=99741&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Independent Condition Assessment / Statutory Inspections - ESB Wind Farms
Reference number:  GWM-4345
II.1.2)

Main CPV code

31121340  -  Wind farm
II.1.3)

Type of contract

Services
II.1.4)

Short description

Frameworks for
1. Independent Condition Assessment Services
2. Statutory Inspections
for ESB Wind Farms on the islands of Ireland and Great Britain.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lots 1, 2 and/or 3
II.2)

Description

II.2.1)

Title

Independent Condition Assessment for ESB Wind Farms on the Island of Ireland
Lot No:  1
II.2.2)

Additional CPV code(s)

31121320  -  Wind turbines
71000000  -  Architectural, construction, engineering and inspection services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71631400  -  Technical inspection services of engineering structures
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Island of Ireland
II.2.4)

Description of the procurement

Framework 1 Lot 1:
This will cover wind farms in operation or under development or developed/acquired during the term of the framework on the island of Ireland (i.e. in any location in the Republic of Ireland and Northern Ireland).
There are three Options for Framework 1, Lot 1 as follows:
Option 1: Full Condition Assessment for the high level scope outlined below:
o Inspection Type A consisting of a general wind turbine visual inspection/snagging, including but not limited to assessment of foundation inspection; tower structure; nacelle assembly; drivetrain; brakes; pitch system; safety systems; wind measurement; control system; converter; auxiliary cabinets; cabling; etc.
o Inspection Type B Blade inspection, consisting of options for the following, where possible: ground and/or Nacelle based telescopic photo using a high power camera; rope access inspection; crane/man basket inspection; UAV/Drone or robot; aural inspection; measurement and inspection of lightning detection system (continuity/resistance); cleaning; repair works, including provision of required consumables (please state limitations in scope of supply).
o Inspection Type C Gearbox Inspection, including, but not limited to: Full endoscope inspection; oil sampling and analysis; vibration analysis (to include sample points on generator and LSS bearing).
o Inspection Type D Generator & Converter, including, but not limited to: insulation resistance; polarization index; thermographic inspection.
The exact scope of each Type A – D above will be refined as part of the tendering process and will form part of the technical review in all submitted tenders.
Option 2: Provision of Inspection types A, C and D only, as above
Option 3: Provision of Inspection type B only.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
Please refer to the Information Memorandum for details of the selection criteria.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

This Framework will comprise of an initial three year term with the right to extend up to a maximum of a further two years at the sole discretion of the Contracting Entity.
II.2)

Description

II.2.1)

Title

Independent Condition Assessment for ESB Wind Farms on the Island of Great Britain
Lot No:  2
II.2.2)

Additional CPV code(s)

31121320  -  Wind turbines
71000000  -  Architectural, construction, engineering and inspection services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71631400  -  Technical inspection services of engineering structures
II.2.3)

Place of performance

NUTS code:  UKM -  SCOTLAND
NUTS code:  UKL -  WALES
NUTS code:  UKK -  SOUTH WEST (ENGLAND)
NUTS code:  UKJ -  SOUTH EAST (ENGLAND)
NUTS code:  UKI -  LONDON
NUTS code:  UKH -  EAST OF ENGLAND
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UKF -  EAST MIDLANDS (ENGLAND)
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
NUTS code:  UKD -  NORTH WEST (ENGLAND)
NUTS code:  UKC -  NORTH EAST (ENGLAND)
Main site or place of performance:  
Island of Great Britain
II.2.4)

Description of the procurement

Framework 1 Lot 2:
This will cover wind farms in operation or under development or developed/acquired during the term of the framework on the island of Great Britain (i.e. in any location England, Scotland and Wales).
There are three Options for Framework 1, Lot 2 as follows:
Option 1: Full Condition Assessment for the high level scope outlined below:
o Inspection Type A consisting of a general wind turbine visual inspection/snagging, including but not limited to assessment of foundation inspection; tower structure; nacelle assembly; drivetrain; brakes; pitch system; safety systems; wind measurement; control system; converter; auxiliary cabinets; cabling; etc.
o Inspection Type B Blade inspection, consisting of options for the following, where possible: ground and/or Nacelle based telescopic photo using a high power camera; rope access inspection; crane/man basket inspection; UAV/Drone or robot; aural inspection; measurement and inspection of lightning detection system (continuity/resistance); cleaning; repair works, including provision of required consumables (please state limitations in scope of supply).
o Inspection Type C Gearbox Inspection, including, but not limited to: Full endoscope inspection; oil sampling and analysis; vibration analysis (to include sample points on generator and LSS bearing).
o Inspection Type D Generator & Converter, including, but not limited to: insulation resistance; polarization index; thermographic inspection.
The exact scope of each Type A – D above will be refined as part of the tendering process and will form part of the technical review in all submitted tenders.
Option 2: Provision of Inspection types A, C and D only, as above
Option 3: Provision of Inspection type B only.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
Please refer to the Information Memorandum for details of the selection criteria.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

This Framework will comprise of an initial three year term with the right to extend up to a maximum of a further two years at the sole discretion of the Contracting Entity.
II.2)

Description

II.2.1)

Title

Framework 2 for Satutory Inspects for ESB Wind Farms in Ireland and UK
Lot No:  3
II.2.2)

Additional CPV code(s)

31121320  -  Wind turbines
71000000  -  Architectural, construction, engineering and inspection services
71630000  -  Technical inspection and testing services
71631000  -  Technical inspection services
71631400  -  Technical inspection services of engineering structures
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Islands of Ireland and Great Britain
II.2.4)

Description of the procurement

Framework 2:
This tender will be a single lot covering all Wind Farms in operation or under development or developed/acquired during the term of the framework and under development on the island of Ireland and the island of Great Britain.
The high level scope for this framework includes the provision of all checks, inspections and/or tests in any Statutory Instrument that are a legal requirement applicable to ESB Wind Farms in locations in the Republic of Ireland, Northern Ireland and Great Britain, as required by jurisdiction, including but not limited to:
o Inspection Type E - General
 Service crane/winch
 Ladders
 Fall arrest systems, including anchor points
 Hydraulic accumulators
 Fire extinguishers (including first aid kits)
 Personal Protective Equipment
o Inspection Type F - Service Lift
 Including certification of supporting beam and all lift associated components
o Inspection Type G - Met Mast
 Fit to climb certification, including fall arrest systems and anchor points.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 7
Objective criteria for choosing the limited number of candidates:
Please refer to the Information Memorandum for details of the selection criteria.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

This Framework will comprise of an initial three year term with the right to extend up to a maximum of a further two years at the sole discretion of the Contracting Entity.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Information and formalities necessary for evaluating if the requirements are met:
Set out in the Pre-Qualification documentation.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Information and formalities necessary for evaluating if the requirements are met:
Set out in the Pre-Qualification documentation.
III.1.6)

Deposits and guarantees required

Will be set out in the Pre-Qualification documentation and the Invitation to Tender.
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Will be set out in the Invitation to Tender.
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

If the Tender is submitted by a group of suppliers, then those suppliers, if awarded the contract, shall assume such legal form by corporation, partnership or otherwise as will enable them to contract as a single entity, and assume joint and several responsibility for the contract.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Information and formalities necessary for evaluating if the requirements are met:
Set out in the Pre-Qualification documentation.
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  3
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  13/07/2016
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (e-Tenders Ref No. 105973). Interested parties must register their interest on the e-Tenders website. Registration is free of charge. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties.
Further information on this procurement process is set out in the Pre-Qualification documentation.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay, Dublin 7
Dublin
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.5)

Date of dispatch of this notice

10/06/2016