Contract notice - utilities

Information

Published

Date of dispatch of this notice: 30/08/2018

Expire date: 01/10/2018

External Reference: 2018-462240

TED Reference: 2018/S 167-381402

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: Sharon McDonald
Telephone: +353 17027328
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=132843&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

Engineering Training And Development
Reference number:  SS/CON/3741
II.1.2)

Main CPV code

80500000  -  Training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB International provides commercial, engineering, environmental and asset management services to the ESB Group and other clients. ESB International Engineering teams operate within an energy sector specific environment and provide services to international utility clients in the areas of management contracting, consulting and owner’s engineering (transmission/distribution and generation).
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71330000  -  Miscellaneous engineering services
80510000  -  Specialist training services
80511000  -  Staff training services
80531000  -  Industrial and technical training services
80531100  -  Industrial training services
80540000  -  Environmental training services
II.2.3)

Place of performance

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

Description of the procurement

ESB International provides commercial, engineering, environmental and asset management services to the ESB Group and other clients. ESB International Engineering teams operate within an energy sector specific environment and provide services to international utility clients in the areas of management contracting, consulting and owner’s engineering (transmission/distribution and generation).
This PQQ is to provide for civil, structural, environmental and other engineering related discipline training services to ESB International staff . The training should be specifically tailored to meet the needs of ESB International with the emphasis of the training courses on problem solving consisting of;
A) Training Sessions of Specification Technical modules.
B) Preparation, Implementation, Evaluation and Management of individual Civil, Structural and other Engineering Design Projects.
These training modules should be provided over a three year period commencing April 2018 with an option for a further two years. Due to staff availability restrictions, no training should be scheduled for the months July or August. ESB International will provide the venue at our offices , ESB International, One Dublin Airport Central, Dublin Airport, Cloghran, Co. Dublin.
The Tenderer should allow for attendance by approximately 20 engineers at each session.
It is expected that the technical courses will incorporate the disciplines of ;
Civil and structural modules, such as foundation design, slope stability, ground investigations and retaining walls.
It is expected that the environmental courses will incorporate modules, such as hydrology, SUDS and flood risk assessments .
It is expected that the safety courses will incorporate within the modules a focus on safety of design and construction together with a focus on temporary works .
There will in addition be an element of on BIM and current innovative collaborative practices and an emphasis on the regulations within Ireland.
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 minimum number: 5
Objective criteria for choosing the limited number of candidates:
Provided that a sufficient number of Applicants are qualified to be considered for shortlisting, meeting the Pass/Fail Criteria's set our in the PQQ It is anticipated that at least the 5 highest scored Applicants will be short listed and invited to proceed to the next stage of the Procurement process.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
It is envisaged that the duration of the Framework Agreements will be each for four (4) years duration with an option, at the discretion of ESB, to extend for up to a further 48 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 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 137492
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 137492
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 Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 137492
III.1.7)

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

As is tender documents
III.1.8)

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

Where a group of service providers express interest in this process, it is a requirement of ESB that one member of the group accepts full contractual responsibility for the delivery of the services. Where appropriate the intended contractually responsible member of any grouping or consortium must be identified in responding to this notice.
III.2)

Conditions related to 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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/10/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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 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