Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/07/2018

Expire date: 17/08/2018

External Reference: 2018-119071

TED Reference: 2018/S 133-304061

Contract notice - utilities

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: Liam Kennedy
Telephone: +353 17027890
NUTS code:  IE0 -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=132090&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

National NDT Framework Agreement
Reference number:  GWM8415
II.1.2)

Main CPV code

71632200  -  Non-destructive testing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity intends to procure NDT Services for the type of Generating Stations listed below;
a) Thermal Power Plant
b) Hydro Power Plant
c) Wind Turbine Power Plant
d) Other power plant as required.
See full description of the works in section 11.2.4
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71632200  -  Non-destructive testing services
II.2.3)

Place of performance

NUTS code:  IE0 -  IRELAND
Main site or place of performance:  
Island of Ireland
II.2.4)

Description of the procurement

The Contracting Entity intends to procure NDT Services for the type of Generating Stations listed below;
a) Thermal Power Plant
b) Hydro Power Plant
c) Wind Turbine Power Plant
d) Other power plant as required.
The list below outlines in general the requirements but there may be other requirements which will be outlined during the tender process: -
•• Non Destructive Testing (NDT) - this includes all the main techniques of crack detection (MPI, DPI, EC, etc.), defect sizing, weld quality control techniques (radiography, etc), wall and oxide thickness, visual.
• Welding inspector.
• Metallurgical inspection and evaluation services – metallurgical sample preparation, in situ metallurgical evaluation techniques, i.e. hardness and replication, microstructural assessment.
• Project management, this includes management and control of medium to large sized inspection projects from the initial programming and pricing stages through to execution and completion.
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 FWA will run for 5 years with an option to extend for a further 3 years.
II.2.9)

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

Envisaged number of candidates: 10
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777 GWM8415
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
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 136777
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
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 136777
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.1.6)

Deposits and guarantees required

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.1.7)

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

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
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 Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 016-033604
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/08/2018
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

Tender must be valid until:  28/02/2019

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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