Contract notice - utilities

Information

Published

Date of dispatch of this notice: 28/03/2018

Expire date: 09/05/2018

External Reference: 2018-998353

TED Reference: 2018/S 063-140800

Contract notice - utilities

Contract notice – utilities

Works

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: John Daly
Telephone: +353 18582818
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=126985&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

Multi-Contractor Framework Agreement for the Deployment of Smart Electricity Meters
Reference number:  D20/CON/865
II.1.2)

Main CPV code

45310000  -  Electrical installation work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Electricity Supply Board proposes procuring the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters (SEMs) and the performance of remedial works to the meter installation at premises, under a multi-contractor Framework Agreement. As part of these works it is envisaged that the framework contractors will provide an end-to-end service to ESB from deployment planning and mobilisation, customer engagement, customer contact and appointment scheduling, stakeholder management and material logistics management through to meter exchange and commissioning. This procurement process is intended for the meter exchange up to a maximum of 250,000 SEMs in Phase 1. It is envisaged that up to a further 1,000,000 SEM exchanges in Phase 2 and a further 1,000,000 SEM exchanges in Phase 3 may be required under the Framework Agreements.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

38554000  -  Electricity meters
45311200  -  Electrical fitting work
45315300  -  Electricity supply installations
50411300  -  Repair and maintenance services of electricity meters
II.2.3)

Place of performance

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

Description of the procurement

Electricity Supply Board proposes procuring the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters (SEMs) and the performance of remedial works to the meter installation at premises, under a multi-contractor Framework Agreement. As part of these works it is envisaged that the framework contractors will provide an end-to-end service to ESB from deployment planning and mobilisation, customer engagement, customer contact and appointment scheduling, stakeholder management and material logistics management through to meter exchange and commissioning. This procurement process is intended for the meter exchange up to a maximum of 250,000 SEMs in Phase 1. It is envisaged that up to a further 1,000,000 SEM exchanges in Phase 2 and a further 1,000,000 SEM exchanges in Phase 3 may be required under the Framework Agreements.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
The term of the Framework Agreements will be two (2) years and with an option to extend, at the Contracting Entity’s discretion, for up to a further four (4) years. Please note framework extensions may be issued in yearly increments and may not align with Phases outlined in PQQ Document (Ref. Paragraph A.1.1.1).
II.2.9)

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

Maximum number: 3
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend at the Contracting Entity’s discretion for up to a further four (4) years. Please note framework extensions may be issued in yearly increments and may not align with Phases outlined in PQQ Document (Ref. Paragraph A.1.1.1).
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 Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930
Minimum level(s) of standards possibly required:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930
Minimum level(s) of standards possibly required:  
As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930
III.1.6)

Deposits and guarantees required

As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930 and will be confirmed in the Request for Tender.
III.1.7)

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

As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930 and will be confirmed in the Request for Tender.
III.1.8)

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

While economic operators are not obliged to take a particular legal form for the purpose of submitting a tender, the Contracting Entity reserves the right to require the successful tenderers to contract on such basis as the Contracting Entity may determine. See also as stated in the Pre-Qualification Questionnaire available to download from www.e-tenders.gov.ie using RFT ID 131930
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

The Contracting Entity is preparing a draft Framework Agreement and schedules that will be provided to the pre-qualified Applicants at the next stage of the Procurement process i.e. at the Request for Tender stage. The Framework Agreement will set out the general terms and conditions pertaining to the technical, commercial, financial, safety and legal requirements for the implementation and execution of the works. The Framework Agreement will establish the terms governing contracts awarded during the term of the Framework Agreement. Any contracts awarded under the framework will be awarded in the manner described in the Framework Agreement.
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.1.8)

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:  09/05/2018
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 : 12  (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 invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please note the following in relation to Notice sections above;
(IV.1.3) - Number of Participants to the Framework Agreement 3.
The number of 3 stated in Section IV.1.3 is an estimate only of the final number of contractors that may be required. The final number of contractors appointed to the framework agreement will depend on the contractor resource capacity of those ultimately determined by the Contracting Entity to have submitted the most economically advantageous tenders in accordance with the award criteria for the enquiry. The final number of contractors admitted to the framework agreement will be that number determined by the Contracting Entity to be sufficient to meet the framework agreement requirements and may be more or less than 3. More information will be set out in the Request for Tender, at that stage of the Procurement process.
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".
As stated in the PQQ available to download on www.etenders.gov.ie using RFT ID 131930, Applicants that successfully pre-qualify and are subsequently Request for Tender will be required to provide detailed information in their tender response in relation to their employees/staff including, but not limited to the names, qualifications of the employees/staff they propose to assign to works that may arise under the framework agreement. More information will be set out in the Request for Tender, at the stage of the Procurement process.
Please also note:
Incomplete Pre-Qualification Questionnaires (PQQ) and/or missing information/documentation may be rejected by the Contracting Entity. Therefore, Applicants are advised to ensure that they return FULLY COMPLETED QUESTIONNAIRES in order to avoid the risk of elimination from the Procurement process on the basis of incomplete questionnaire.
To receive information in relation to the Pre-Qualification Questionnaire including any amendments and/or clarifications and to request any clarifications and/or to respond to the PQQ, you must register your interest for this process on etenders system - www.etenders.gov.ie at RFT ID 131930
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

VI.4.2)

Body responsible for mediation procedures

N/A
N/A
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Your Legal Advisor
Your Legal Advisor
IE