Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/09/2016

Expire date: 24/10/2016

External Reference: 2016-524692

TED Reference: 2016/S 186-334196

Contract notice - utilities

Cached Version

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
27 Lower Fitzwilliam Street
Dublin 2
Dublin
IE
Contact person: Grace Stimpson
Telephone: +353 17026443
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

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=102888&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

GWM5656 ISO/OHSAS Certification Framework Agreement
Reference number:  GWM5656
II.1.2)

Main CPV code

90714000  -  Environmental auditing
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB Generation & Wholesale markets currently has Environmental Management Systems (EMS’s) certified to ISO 14001: & Safety Management Systems (SMSs) certified to OHSAS 18001: and an Asset Management System (AMS) certified to PAS55 (this certification is shortly being assessed and will be ISO55000 at time of award of contract) at a number generating stations (Thermal, Hydro and wind) as well as some central functions. It should be noted that the sites are geographically spread across the Republic of Ireland and the UK. This works shall include the certification/re-certification of stations/locations to ISO14001:, OHSAS 18001: and ISO55000 : (and future revisions) and the subsequent surveillance audits over a period of 3 years for each location to ensure continued conformance and certification with the relevant standards.
II.1.5)

Estimated total value

Value excluding VAT: 10.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
It is intended that the contract shall be awarded on the basis that a single contractor will be responsible for all of the re-certification assessments and surveillance. However it is possible that ESB may decide to split the contract into lots by placing separate contracts for different elements of the contract.
II.2)

Description

II.2.1)

Title

ISO 18001
Lot No:  1
II.2.2)

Additional CPV code(s)

79417000  -  Safety consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland & UK
II.2.4)

Description of the procurement

ESB Generation & Wholesale markets currently has Environmental Management Systems (EMS’s) certified to ISO 14001: & Safety Management Systems (SMSs) certified to OHSAS 18001: and an Asset Management System (AMS) certified to PAS55 (this certification is shortly being assessed and will be ISO55000 at time of award of contract) at a number generating stations (Thermal, Hydro and wind) as well as some central functions. It should be noted that the sites are geographically spread across the Republic of Ireland and the UK. This works shall include the certification/re-certification of stations/locations to ISO14001:, OHSAS 18001: and ISO55000 : (and future revisions) and the subsequent surveillance audits over a period of 3 years for each location to ensure continued conformance and certification with the relevant standards.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
This Framework Agreement will be re-tendered in the final year of the contract duration.
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 9
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their response to the criteria and rules outlined in the qualification questionnaire.
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
II.2.14)

Additional information

Please consult the associated documentation which contains full instructions regarding the submission of expressions of interest and is available to download from www.etenderrs.gov.ie RFT ID 108929
II.2)

Description

II.2.1)

Title

OHSAS 18001
Lot No:  2
II.2.2)

Additional CPV code(s)

79417000  -  Safety consultancy services
II.2.3)

Place of performance

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

Description of the procurement

ESB Generation & Wholesale markets currently has Environmental Management Systems (EMS’s) certified to ISO 14001: & Safety Management Systems (SMSs) certified to OHSAS 18001: and an Asset Management System (AMS) certified to PAS55 (this certification is shortly being assessed and will be ISO55000 at time of award of contract) at a number generating stations (Thermal, Hydro and wind) as well as some central functions. It should be noted that the sites are geographically spread across the Republic of Ireland and the UK. This works shall include the certification/re-certification of stations/locations to ISO14001:, OHSAS 18001: and ISO55000 : (and future revisions) and the subsequent surveillance audits over a period of 3 years for each location to ensure continued conformance and certification with the relevant standards.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
This Framework Agreement will be re-tendered in the final year of the contract duration.
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 9
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their response to the criteria and rules outlined in the qualification questionnaire.
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
II.2.14)

Additional information

Please consult the associated documentation which contains full instructions regarding the submission of expressions of interest and is available to download from www.etenderrs.gov.ie RFT ID 108929
II.2)

Description

II.2.1)

Title

ISO 55000
Lot No:  3
II.2.2)

Additional CPV code(s)

79417000  -  Safety consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland & UK
II.2.4)

Description of the procurement

ESB Generation & Wholesale markets currently has Environmental Management Systems (EMS’s) certified to ISO 14001: & Safety Management Systems (SMSs) certified to OHSAS 18001: and an Asset Management System (AMS) certified to PAS55 (this certification is shortly being assessed and will be ISO55000 at time of award of contract) at a number generating stations (Thermal, Hydro and wind) as well as some central functions. It should be noted that the sites are geographically spread across the Republic of Ireland and the UK. This works shall include the certification/re-certification of stations/locations to ISO14001:, OHSAS 18001: and ISO55000 : (and future revisions) and the subsequent surveillance audits over a period of 3 years for each location to ensure continued conformance and certification with the relevant standards.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
This Framework Agreement will be re-tendered in the final year of the contract duration.
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 9
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their response to the criteria and rules outlined in the qualification questionnaire.
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:  As stated in procurement documents available to download from: www.etenders.gov.ie using RFT ID 108929
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: Applicants will be assessed on the basis of the criteria and rules set out in the procurement documents available to download from: www.etenders.gov.ie using RFT ID 108929
III.1.6)

Deposits and guarantees required

will be set out in the tender documents
III.1.7)

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

will be set out in the tender documents
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 severable responsibility.
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Organisation will be required to be accredited to:
1. ISO 14001:2015, OHSAS 18001: 2007 and ISO 55000:2016 to carry out these re-certifications and
2.must also be accredited to EA 25 - Electricity Supply industry .
III.2.2)

Contract performance conditions

Will be set out in the tender documents

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: yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2015/S 248-453128
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/10/2016
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Final year on next contract
VI.3)

Additional information

ESB is inviting interested parties to register their interest on the e-tenders website - the Irish Government's e-tendering platform (www.etenders.gov.ie). There are no costs associated with registration. All information relating to and including the pre-qualification documents, any clarifications or changes will be issued/published via this portal. The Contracting entity will not accept responsibility for information relayed (or not relayed) via third parties.
It is ESB's preference that this contract be awarded as a single lot to a single contractor. However ESB reserves the right to divide the work into lots. Tenderers must be able to provide all of the services required for this contract
1. This is the sole Call for Competition for this service
2. The Contracting Entity will not be responsible for any costs charges or expenses incurred by candidates or tenderers.
3. 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.
4. Without prejudice to the principle of equal treatment, the contracting entity 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.
5. It is ESBs intention to shortlist suitable candidates.
6. The negotiated procedure will be used, however, the contracting entity retains the option to accept initial bids without further negotiations.
7. Award to Runner Up - If for any reason it is not possible to conclude the contract with the designated successful tenderer emerging from this competitive process, ESB reserves the right to award the contract to the next highest scoring tenderer on the basis of the terms advertised. This shall be without prejudice to the right of ESB to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
The Pre-Qualification Questionnaire is available to be down-loaded from the e-tenders web-site. Reference 1237452
All requests for clarification in respect of the documents must be received on or before close of business on 14th September 2016 time 17:00
The Pre-Qualification Questionnaire must be completed and uploaded via http://etenders.gov.ie/ no later than24th October 2016 at 12:00.
The responses received will be evaluated and used in drawing up a tender list.
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.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Entity will not conclude this framework agreement until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers.
VI.5)

Date of dispatch of this notice

22/09/2016