Contract notice - utilities

Information

Published

Date of dispatch of this notice: 23/11/2017

Expire date: 08/01/2018

External Reference: 2017-106473

TED Reference: 2017/S 226-471605

Contract notice - utilities

Cached Version

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: James Ward
Telephone: +353 11234567
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

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=121851&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

Battery Energy Storage Systems Framework 2 for Demand Side Response
Reference number:  GWM-7604
II.1.2)

Main CPV code

31434000  -  Lithium accumulators
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This framework is for the purchase of a number of battery energy storage systems which are to be deployed at the sites of large industrial / commercial customers in Great Britain (GB) and Ireland. These industrial sites are already included in an aggregated Demand Response Portfolio. The battery energy storage systems will be integrated into and operated within the customers Demand Control System and an aggregated Demand Response Portfolio. The Battery Energy Storage system will be located ‘behind the meter’ and each system will be typically 0.5MW — 8MW in size dependant on the load and grid connection of the customer.
For more information please refer to the information memorandum.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31434000  -  Lithium accumulators
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
Main site or place of performance:  
United Kingdom and Republic of Ireland
II.2.4)

Description of the procurement

Battery Energy Storage Systems Framework for Demand Side Response. Scope of work includes supply, installation and maintenance of systems.
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: 7
Objective criteria for choosing the limited number of candidates:
Please refer to the Information Memorandum for details of the selection criteria.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Options will be described in the tender documentation.
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

This Framework will comprise of an initial 1 year term with the right to extend up to a maximum of a further 2 years at the sole discretion of the Contracting Entity. It is envisaged that up to three suppliers will be appointed to the Framework.

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 the pre-qualification documentation available to download from www.etenders.gov.ie using RFT ID 127051.
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 the pre-qualification documentation available to download from www.etenders.gov.ie using RFT ID 127051.
III.1.6)

Deposits and guarantees required

As stated in the pre-qualification documentation available to download from www.etenders.gov.ie using RFT ID 127051.
III.1.7)

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

As stated in the pre-qualification documentation available to download from www.etenders.gov.ie using RFT ID 127051.
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 the pre-qualification documentation available to download from www.etenders.gov.ie using RFT ID 127051.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in the pre-qualification documentation available to download from www.etenders.gov.ie using RFT ID 127051.
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:  3
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:  12/14/2017
Local time:  15:00
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 invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (eTenders Ref No 127051). Interested parties must register their interest on the e-Tenders website. Registration is free of charge. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties.
Further information on this procurement process is set out in the pre-qualification documentation.
Responses to the pre-qualification questionnaire are required on or before (15:00 GMT) on Thursday 14.01.2018.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie