Contract notice - utilities

Information

Published

Date of dispatch of this notice: 17/06/2016

Expire date: 25/07/2016

External Reference: 2016-904750

TED Reference: 2016/S 118-210168

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: John Martin
Telephone: +353 16770270
Fax: +353 16615375
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=100240&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

Design and Print Services for EirGrid
Reference number:  ENQEIR518
II.1.2)

Main CPV code

79800000  -  Printing and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid Group have a continual need for a variety of design and print services and
therefore intend to establish a single vendor framework for EirGrid group for the
provision of these services. The requirements can be in varying volumes (for
example 50 – 10,000 copies) of such items as colour documents, regular updates
of existing brochures, documents and publications, voluminous planning and
technical reports with binders, dividers and fold out maps, merchandising such as
pens, notebooks and keyrings.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

22000000  -  Printed matter and related products
22100000  -  Printed books, brochures and leaflets
22900000  -  Miscellaneous printed matter
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79810000  -  Printing services
79821000  -  Print finishing services
79822500  -  Graphic design services
79823000  -  Printing and delivery services
79824000  -  Printing and distribution services
79933000  -  Design support services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
EirGrid Headquarters
II.2.4)

Description of the procurement

EirGrid Group have a continual need for a variety of design and print services and
therefore intend to establish a single vendor framework for EirGrid group for the
provision of these services. The requirements can be in varying volumes (for
example 50 – 10,000 copies) of such items as colour documents, regular updates
of existing brochures, documents and publications, voluminous planning and
technical reports with binders, dividers and fold out maps, merchandising such as
pens, notebooks and keyrings.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 32
This contract is subject to renewal: yes
Description of renewals:  
2 renewals of 12 months each
II.2.10)

Information about variants

Variants will be accepted: no
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

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:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Minimum level(s) of standards possibly required:  
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
Minimum level(s) of standards possibly required:  
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”

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

Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  25/07/2016
Local time:  17:00
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

Tender must be valid until:  18/06/2017

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Every three years
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.5)

Date of dispatch of this notice

17/06/2016