Contract notice - utilities

Information

Published

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

Expire date: 10/02/2017

External Reference: 2017-344042

TED Reference: 2017/S 009-013869

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=106622&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

Professional Geotechnical Engineering Services
Reference number:  SS/CON/2600
II.1.2)

Main CPV code

71332000  -  Geotechnical engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB requires professional geotechnical engineering services to support ESB International in the delivery of energy or other projects in the Ireland and the UK. ESB International is a wholly owned subsidiary of ESB. The professional geotechnical engineering services requirement is divided in to 3 lots:
Lot 1 – General Geotechnical Engineering Support
Lot 2 – Peat Stability Analysis
Lot 3 – Geotechnical Support on Windfarm Developments
ESB intention is to appoint five vendors to multi-party framework for each of the individual lots. A single vendor may be successful in being appointed to more than one or all frameworks established at the conclusion of the procurement process. Work arising under the frameworks will be awarded by mini-tender with the members of the appropriate framework.
Detailed scope of services and associated requirements will be provided at RFT stage to successful applicants.
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
II.2)

Description

II.2.1)

Title

General Geotechnical Engineering Support
Lot No:  1
II.2.2)

Additional CPV code(s)

71332000  -  Geotechnical engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 1 would open to a broad array of projects which would include office and on-site support
Tasks which would be likely to be carried out would be:
i. Develop risk assessments for the conditions associated with the work areas.
ii. Carry out geotechnical assessments for design use on projects.
iii. Provide design expertise.
iv. On site supervision of geotechnical surveys and conditions.
v. Creating reports of geotechnical conditions.
vi. Interpreting reports from geotechnical surveys.
vii. Create geotechnical maps associating ground conditions which will be encountered on site.
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 minimum number: 7
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 seven (7) 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 48 months 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 ID112461.
II.2)

Description

II.2.1)

Title

Peat Stability Analysis
Lot No:  2
II.2.2)

Additional CPV code(s)

71332000  -  Geotechnical engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2 is restricted to Geotechnical support for projects which may or will encounter peat on site.
Tasks which would be likely to be carried out would be:
i. Develop risk assessments for the peat conditions associated with the work areas.
ii. Carry out geotechnical assessments for design use on projects.
iii. Provide design expertise.
iv. On site supervision of geotechnical surveys and conditions
v. Creating reports of geotechnical conditions
vi. Interpreting reports from geotechnical surveys
vii. Mapping of peat on projects
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 minimum number: 7
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 seven (7) 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 48 months 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 ID112461.
II.2)

Description

II.2.1)

Title

Geotechnical Support on Windfarm Developments
Lot No:  3
II.2.2)

Additional CPV code(s)

71332000  -  Geotechnical engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 3 is restricted to Geotechnical support on Windfarm Developments.
Tasks which would be likely to be carried out would be:
i. Develop risk assessments for the conditions associated with the work areas.
ii. Carry out geotechnical assessments for design use on projects.
iii. Provide design expertise.
iv. On site supervision of geotechnical surveys and conditions.
v. Creating reports of geotechnical conditions and surveys.
vi. Interpreting reports from geotechnical conditions and surveys.
vii. Mapping of geotechnical conditions on projects.
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 minimum number: 7
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 seven (7) 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 48 months 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 ID112461.

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:  The services requested will be required to be provided by appropriately qualified engineers, engineering geologist and associated specialists as required. Further detail will be provided at RFT stage.
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 112461
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 several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  13/01/2017
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 112641
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