Contract notice - utilities

Information

Published

Date of dispatch of this notice: 30/05/2018

Expire date: 09/07/2018

External Reference: 2018-211540

TED Reference: 2018/S 103-236272

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
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: James Ward
Telephone: +353 17027453
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=129629&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 Training
Reference number:  SS/CON/2826
II.1.2)

Main CPV code

80550000  -  Safety training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB intends to procure Safety training for ESB locations throughout Ireland and the United Kingdom. The Contracting entity will appoint a single party framework member for each of the five lots.
The five lots are listed below
Lot 1- CSCS
Lot 2-Plant & Machinery
Lot 3- Driving Related
Lot 4- General Safety
Lot 5- Work Equipment.
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:  5
II.2)

Description

II.2.1)

Title

CSCS
Lot No:  1
II.2.2)

Additional CPV code(s)

80500000  -  Training services
80560000  -  Health and first-aid training services
80562000  -  First-aid training services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
II.2.4)

Description of the procurement

The contracting entity intends to procure a single party framework for CSCS training.This may include but not limited to:
• Scaffolding – basic
• Scaffolding – advanced
• Mobile tower scaffold – where the employee has not been trained in the task
• Slinging / signalling
• Telescopic handler operation
• Tractor / dozer operation
• Articulated dumper operation
• Site dumper operation
• 180°excavator operation
• Mini-digger operation-where the employee has not been trained in the task specified
• 360°excavator operation
• Signing, lighting and guarding on roads
• Locating under-ground services
• Assisting in the implementation of health and safety at roadworks
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 five scoring 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 completion of the framework period 4 years, ESB retain the option at the discretion of the ESB to extend the framework for up to and including a further 3 years 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 refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

Description

II.2.1)

Title

Plant & Machinery
Lot No:  2
II.2.2)

Additional CPV code(s)

80500000  -  Training services
80560000  -  Health and first-aid training services
80562000  -  First-aid training services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The contracting entity intends to procure a single party framework for Plant & Machinery training. This may include but not limited to:
• Forklift
• Tracked Dumper
• Lorry Crane
• Cable Winch
• MEWP
• Crew Cab Gantry & Hoist
• Tractor Winch
• Agricultural Tractor
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 five scoring 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 completion of the framework period 4 years, ESB retain the option at the discretion of the ESB to extend the framework for up to and including a further 3 years 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 refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

Description

II.2.1)

Title

Driving Related
Lot No:  3
II.2.2)

Additional CPV code(s)

80500000  -  Training services
80560000  -  Health and first-aid training services
80562000  -  First-aid training services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The contracting entity intends to procure a single party framework for Driving related training. This may include but not limited to:
• Four Wheel Drive
• ATV
• Load Securing
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 five scoring 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 completion of the framework period 4 years, ESB retain the option at the discretion of the ESB to extend the framework for up to and including a further 3 years 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 refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

Description

II.2.1)

Title

General Safety
Lot No:  4
II.2.2)

Additional CPV code(s)

80500000  -  Training services
80560000  -  Health and first-aid training services
80562000  -  First-aid training services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The contracting entity intends to procure a single party framework for General Safety training. This may include but not limited to:
• Cardio Pulmonary Resuscitation
• Manual Handling
• Online Manual Handling Awareness (equiv. to MH without practical)
• Basic First Aid
• Fire Marshal
• Basic Fire Extinguisher
• Fire & Emergency Response in Stations
• Combined CPR/MH/Basic First Aid
• First Aid Responder (PHECC) and refresher.
• CFR/AED (Irish Heart Foundation/PHECC)
• Safe Pass (QQI)
• VDU/Work Station Risk Assessor
• Project Supervisor Construction Stage (PSCS)
• Project Supervisor Design Process (IOSH)
• Managing Safely (in Construction)
• VDU/Work Station Risk Assessment incl. training on setup/use of office equipment.
• Evac. Chair Training
• Asbestos Awareness
• OHSAS Auditor and Lead Auditor
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:
On completion of the framework period 4 years, ESB retain the option at the discretion of the ESB to extend the framework for up to and including a further 3 years in one or more increments.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
On completion of the framework period 4 years, ESB retain the option at the discretion of the ESB to extend the framework for up to and including a further 3 years 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 refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

Description

II.2.1)

Title

Work Equipment
Lot No:  5
II.2.2)

Additional CPV code(s)

80500000  -  Training services
80560000  -  Health and first-aid training services
80562000  -  First-aid training services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The contracting entity intends to procure a single party framework for Work Equipment training. This may include but not
• Abrasive Wheels
• Chainsaw
• Use of Drills/Power Tools (Electric/Battery)
• Confined Space/Gas Monitoring/Escape Breathing
• Chemical & Oil Spill
• Rescue from Height
• Installation & Use of Temp. Life Line Equipment (Roofs)
• Scaffolding Inspection
• Power Washer
• Ladder Safety
• Hand-Held Pesticide Application
• Fall Protection Training (Harness Inspection)
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:
On completion of the framework period 4 years, ESB retain the option at the discretion of the ESB to extend the framework for up to and including a further 3 years in one or more increments.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
On completion of the framework period 4 years, ESB retain the option at the discretion of the ESB to extend the framework for up to and including a further 3 years 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 refer to the individual instructions for submission of bids relevant to each tender issued via the system.

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 Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 134444
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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 134444
III.1.6)

Deposits and guarantees required

As stated in the Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 134444
III.1.7)

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

As stated in the Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 134444
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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 134444
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:  30/06/2018
Local time:  13:00
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 these supplies.
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) 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.
9) 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
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie