Contract notice - utilities

Information

Published

Date of dispatch of this notice: 08/06/2017

Expire date: 12/07/2017

External Reference: 2017-085739

TED Reference: 2017/S 110-221952

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=106760&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

Integrated Facilities Management
Reference number:  SS/CON/2482
II.1.2)

Main CPV code

79993100  -  Facilities management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB intends to enter in to a framework agreement with one or more service providers to provide integrated facilities management services. ESB requires the provision of these facilities management services to support certain of its operations in Ireland and may also include ESB locations in the UK.
It is currently envisaged that the services will be supplied to the majority of ESB office properties and ESB Networks depots and may be extended to include the provision of selected or all services to other ESB locations. Details of the properties and services required at the initiation of the contracts will be detailed in the RFT provided to qualifying applicants.
ESB requirements are divided into two separate Framework Agreements (Lots):
Framework Agreement 1 – Hard Facilities Management and Integrator Services
Framework Agreement 2 – Soft Facilities Management Services
A separate PQQ Application must be provided for each Framework Agreement applied for.
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:  2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Framework Agreement 1 – Hard Facilities Management and Integrator Services (Lot 1) and
Framework Agreement 2 – Soft Facilities Management Services (Lot 2)
II.2)

Description

II.2.1)

Title

Framework Agreement 1 – Hard Facilities Management and Integrator Services
Lot No:  1
II.2.2)

Additional CPV code(s)

45300000  -  Building installation work
50000000  -  Repair and maintenance services
50413200  -  Repair and maintenance services of firefighting equipment
50610000  -  Repair and maintenance services of security equipment
50750000  -  Lift-maintenance services
79710000  -  Security services
90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Hard Facilities Services Management
“Hard Facilities Services Management” comprises day-to-day operational management, support and oversight for those categories of facilities included in the contract. This will include the co-ordination and management of the hard facilities services service provider employees and Contractors, in terms of staff schedules and duties relating to the contract as well as consultation and agreement with central and local ESB management.
The contract includes responsibility for operations, technical management, contract health & safety management, organisation of small projects and general mechanical and electrical maintenance, as required and as agreed with ESB. The types of services that may be in Framework Agreement 1 are listed in the PQQ and is available to download from www.etenders.gov.ie using RFT ID112591, and include:
• Mechanical Systems Maintenance,
• Electrical Systems Maintenance,
• Building and fabric maintenance
• General maintenance works
• Life Safety, Fire & Security Systems
• Small Projects
Integrator Service.
This service includes the provision of services such as helpdesk service, which will act as the primary contact point for all ESB internal & external facilities contacts. The service will be flexible enough to respond to customer requests, enquiries and complaints. This service will provide one point of contact for the services related to the iFM which shall include: 1/ Framework Agreement 1 - Hard Facilities Services 2/ Framework Agreement 2 - Soft Facilities Services 3/ Catering (which is the subject of a separate contract and not included in this procurement process). The helpdesk service will provide contact via electronic and telephone means and the services managed will include, but not be limited to issues related to: Facilities Engineering, General Office and Property Cleaning, Handyman & Porterage, Security, Reception and Concierge, Catering, Specific contracting firms as agreed with ESB, General Locations Issues, Management of certain suppliers of facilities services, goods and supplies, Handover, progress, update, resolve and close out customer issues; whilst providing feedback at all key stages to all, Assist in the production and delivery of internal and external reports and statistics, as agreed with ESB management, and Monitor all helpdesk activity, ensuring that service output performance standards are delivered within specified response times.
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: 48
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 four (4) years ESB retain the option, at the discretion of ESB, to extend for up to and including a further 36 months in one or more increments.
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 ID112591
II.2)

Description

II.2.1)

Title

Framework Agreement 2 – Soft Facilities Management Services
Lot No:  2
II.2.2)

Additional CPV code(s)

45300000  -  Building installation work
50000000  -  Repair and maintenance services
50413200  -  Repair and maintenance services of firefighting equipment
50610000  -  Repair and maintenance services of security equipment
50750000  -  Lift-maintenance services
79710000  -  Security services
90900000  -  Cleaning and sanitation services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Soft Facilities Services Management
Soft Facilities Services Management comprises day-to-day operational management, support and oversight for those categories of facilities included in the contract. This will include the co-ordination and management of service provider employees and Contractors, in terms of staff schedules and duties relating to the contract as well as consultation and agreement with central and local ESB management. These services to be planned, provided and scheduled in agreement with the Integrator Service provider.
The contract includes responsibility for operations, technical management, contract Health & Safety management, organisation of small projects, etc, as required and as agreed with ESB. The categories included in this Framework agreement include, but may not be limited to:
• Routine Building and Office Cleaning,
• Periodic & Specialist Cleaning,
• External Cleaning,
• Reactive Cleaning,
• Window Cleaning,
• Cleaning of Exterior Building Fabric,
• Graffiti and Stain Removal,
• Provision of Janitorial & Cleaning Consumables,
• Provision of Barrier Matting,
• Laundry / Dry Cleaning Services,
• Provision of Sanitary Consumables,
• Waste Management (excluding industrial waste),
• Pest Control,
• Soft Landscaping Maintenance and General Works
• Weed Spraying
• Manned Security Services,
• Monitoring Services (Fire & Security Alarm, CCTV, BMS etc)
• Reception and Concierge Services,
• Provision of Newspapers,
• Laundry and Dry Cleaning Service,
• Switchboard Services
• Post and Courier Services, and
• Other consumables required for delivery of the contract
Detailed scope of services and associated requirements will be provided at RFT stage to successful applicants.
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: 48
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 four (4) years ESB retain the option, at the discretion of ESB, to extend for up to and including a further 36 months in one or more increments.
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 ID112591

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 112591.
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 112591.
III.1.6)

Deposits and guarantees required

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 112591.
III.1.7)

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

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 112591.
III.1.8)

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

As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 112591.
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

The procurement involves the establishment of a framework agreement
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:  12/07/2017
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

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 entity 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 entity 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.
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
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 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.
10) At Section II.2.9 we have indicated that 5 applicants will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 applicants subject to that number qualifying.
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

08/06/2017