Contract notice - utilities

Information

Published

Date of dispatch of this notice: 10/01/2017

Expire date: 10/02/2017

External Reference: 2017-650146

TED Reference: 2017/S 009-013870

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
Two Gateway, East Wall Road
Dublin 3
D03 A995
IE
Contact person: Richard German
Telephone: +353 17026125
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=106605&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

Safety Culture Change Programme
Reference number:  SS/CON/2773
II.1.2)

Main CPV code

80330000  -  Safety education services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Safety is a core value at ESB. ESB recognises that processes, procedures, safety management systems alone will not ensure the safety of all our staff. ESB now wants to take safety to the next level through a safety culture change programme where leadership and engagement are embedded and where everyone is aligned and committed to ensuring that ‘everyone goes home safe everyday’.
ESB wants to establish a culture where safety is central to everything we do, where there is a mind-set that is intolerant of incidents and injuries, where we take responsibility and care for our own safety and for those around us, where we speak up when we see something unsafe, where we choose to follow the safety rules, where we are compliant, where we implement sensible safety systems and where we take pride in our achievements.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
79417000  -  Safety consultancy services
80550000  -  Safety training services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Safety is a core value at ESB. This is reflected in the commitment to health safety and wellbeing at the highest level in the organisation from the Executive Director Team down to individual managers and staff. This commitment is crucial to improving health and safety performance across ESB and is reflected in the Safety Leadership framework with focus on the four pillars of Leadership, Competency, Compliance and Engagement.
ESB has made significant improvements in our Lost Time Injuries from 300+ per year to 37 it its lowest point, but since this has stayed stubbornly at about 50+ per year, one per week. Although our injury rate has improved over time, our staff are still getting injured at work.
ESB recognises that processes, procedures, safety management systems alone will not ensure the safety of all our staff. ESB now wants to take safety to the next level through a safety culture change programme where leadership and engagement are embedded and where everyone is aligned and committed to ensuring that ‘everyone goes home safe everyday’.
To support this ESB intend to roll out a companywide programme that will get everyone to question their own relationship to safety, their values beliefs and perceptions and to discuss these openly to move the safety conversation forward. ESB wants to establish a culture where safety is central to everything we do, where there is a mind-set that is intolerant of incidents and injuries, where we take responsibility and care for our own safety and for those around us, where we speak up when we see something unsafe, where we choose to follow the safety rules, where we are compliant, where we implement sensible safety systems and where we take pride in our achievements.
ESBs goal is to generate a world-class safety culture and environment which is sustainable over time, we want this culture change programme to have a transformational impact on safety performance and take the organisations to the next level.
Detailed scope of services and associated requirements will be provided at RFT stage to successful applicants.
ESB intention is to award the framework to a single supplier at the end of this procurement process.
Additional Information is provided in the PQQ available via http://www.etenders.gov.ie/
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: no
II.2.9)

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

Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring five applicants will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
On the completion of framework period three (3) years ESB retain the option, at the discretion of ESB, to extend for a further 2 years by mutual agreement.
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 tenders and is available to download from www.etenders.gov.ie using RFT ID112445

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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: As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 112445.
III.2)

Conditions related to the contract

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

Framework agreement with a single operator
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:  10/02/2017
Local time:  12:00
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 : 6  (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 ordering will be used
Electronic payment will be used
VI.3)

Additional information

Interested parties must register their interest on the etenders website (www.etenders.gov.ie) in order obtainthe pre-qualification document and to be included on the mailing list for clarifications. All information relatingto attachments, including clarifications and changes, will be published on the Irish Government ProcurementOpportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting entity will notaccept responsibility for information relayed (or not relayed) via third parties. Submission by means other thanetenders shall not be accepted.
This is the sole call for competition for this service.
If for any reason it is not possible to admit to the framework agreement the tenderer invited following theconclusion of this competitive process, or having awarded a contract under the framework agreement, thecontracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreementand/or deliver the contract as appropriate to the circumstances pertaining to the framework.
At its absolute discretion, the contracting entity may elect to terminate this procurement process, the frameworkagreement or any contract awarded under the framework agreement at any time.
Further information is provided in procurement documents available to download from www.etenders.gov.ieusing RFT ID 112445.
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

10/01/2017