Contract notice - utilities

Information

Published

Date of dispatch of this notice: 13/09/2018

Expire date: 16/10/2018

External Reference: 2018-234591

TED Reference: 2018/S 178-404198

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Ervia
N/A
P.O.Box 900, Webworks, Eglinton Street
Cork
Cork
IE
Contact person: Ervia Tenders
Telephone: +353 214239506
Internet address(es):
Main address: http://www.ervia.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
www.etenders.gov.ie
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
electronically via:  www.etenders.gov.ie
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Production, transport and distribution of gas and heat

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of External Audit, Taxation Compliance, Financial, Taxation and Related Services and Internal Audit and Risk Advisory Services to Ervia, Irish Water, Gas Networks Ireland
Reference number:  18/179
II.1.2)

Main CPV code

79410000  -  Business and management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

It is anticipated that the Frameworks will cover the following services to the Framework Users initially for a three year period with an Ervia option to extend, on behalf of the Framework Users, for further periods up to a total maximum of two years at the sole discretion of Ervia. The term of a contract awarded under a framework agreement may extend beyond the term of the relevant framework agreement.Lot 1: External Audit Lot 2: Taxation Compliance Lot 3: Other Financial, Taxation and Related ServicesLot 4: Internal Audit Lot 5(a): Risk (All Services) Lot 5(b): Risk Specialist Services Lots 1 and 2 will be awarded as separate single supplier frameworks for use by Framework Users. (As per ITT Document)
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

18/179 Lot 1 External Audit
Lot No:  1
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79211000  -  Accounting services
79211200  -  Compilation of financial statements services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212200  -  Internal audit services
79212300  -  Statutory audit services
79212500  -  Accounting review services
79221000  -  Tax consultancy services
79222000  -  Tax-return preparation services
79400000  -  Business and management consultancy and related services
79412000  -  Financial management consultancy services
II.2.4)

Description of the procurement

It is anticipated that the Frameworks will cover the following services to the Framework Users initially for a three year period with an Ervia option to extend, on behalf of the Framework Users, for further periods up to a total maximum of two years at the sole discretion of Ervia. The term of a contract awarded under a framework agreement may extend beyond the term of the relevant framework agreement.
Lot 1: External Audit
Lot 2: Taxation Compliance
Lot 3: Other Financial, Taxation and Related Services
Lot 4: Internal Audit
Lot 5(a): Risk (All Services)
Lot 5(b): Risk Specialist Services
Lots 1 and 2 will be awarded as separate single supplier frameworks for use by Framework Users. Immediately upon conclusion of these single supplier frameworks, contracts will be put in place between the relevant Framework Users and the winner of each respective Lot.
Lot 3, Lot 4 Lot 5(a) & Lot 5(b) will be set up as multi-supplier frameworks with service providers appointed to a Framework for use by Framework Users. Contracts will be awarded by Framework Users to service providers appointed to these Frameworks in accordance with the terms of the relevant framework agreements.
It is envisaged that the maximum number of service providers to be appointed to the panel for the provision of services will be as outlined in the table below.
Appointed to Panel
Lot 1 1
Lot 2 1
Lot 3 8
Lot 4 2
Lot 5(a) 4
Lot 5(b) 8
If there is more than one Tenderer ranked:
- at 8th place in the case of Lot 3 , all the 8th placed Tenderers will be appointed to the framework for that Lot;
- at 2nd place in the case of Lot 4, all the 2nd placed Tenderers will be appointed to the framework for that Lot; or
- at 4th place in the case of Lot 5(a), all the 4th placed Tenderers will be appointed to the framework for that Lot.
- at 8th place in the case of Lot 5(b), all the 8th placed Tenderers will be appointed to the framework for that Lot.
-
Please reference Appendix 3 and Appendix 4 of the PQQ for further scope information on Lots 1, 2, 3, 4 & 5 (a) and 5(b).
As part of the re-organisation or restructuring of Ervia, the Framework Users and/or their group and subsidiaries at any time in the future, the right is reserved to reduce or alter the scope of services to be provided under a particular Lot, framework agreement or contract including, without limitation, by removing certain subsidiaries, entities or business units from the scope of the services or reducing the scope of the existing services to be provided to certain existing Framework Users. This could include, at Ervia’s discretion, an extension of the term of the framework agreement in respect of some Framework Users and not others. The circumstances in which this may arise could include the proposed separation of Irish Water from Ervia which may impact the scope of the services to be provided.
Also, if an entity satisfies the definition of a Framework User at any point during the term of a framework agreement, it will, unless Ervia elects otherwise, remain eligible to award and enter into a contract under a framework agreement even if it subsequently ceases to satisfy the definition of a Framework User (and subject at the relevant time, in respect of Lot 1, to compliance with legal requirements in respect of identity and engagement of statutory auditors). Similarly, a Lot and framework may be extended in scope from time to time to apply in respect of any new subsidiaries or business that satisfy the definition of Framework User from time to time.
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: yes
Description of renewals:  
Option to extend for further periods up to a total maximum of 2 years.
II.2.9)

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

Envisaged minimum number: 20
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
II.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00 hrs local time
Tuesday 16th October 2018.
II.2)

Description

II.2.1)

Title

18/179 - Lot 2 Taxation Compliance
Lot No:  2
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79211000  -  Accounting services
79211200  -  Compilation of financial statements services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212200  -  Internal audit services
79212300  -  Statutory audit services
79212500  -  Accounting review services
79221000  -  Tax consultancy services
79222000  -  Tax-return preparation services
79400000  -  Business and management consultancy and related services
79412000  -  Financial management consultancy services
II.2.4)

Description of the procurement

It is anticipated that the Frameworks will cover the following services to the Framework Users initially for a three year period with an Ervia option to extend, on behalf of the Framework Users, for further periods up to a total maximum of two years at the sole discretion of Ervia. The term of a contract awarded under a framework agreement may extend beyond the term of the relevant framework agreement.
Lot 1: External Audit
Lot 2: Taxation Compliance
Lot 3: Other Financial, Taxation and Related Services
Lot 4: Internal Audit
Lot 5(a): Risk (All Services)
Lot 5(b): Risk Specialist Services
Lots 1 and 2 will be awarded as separate single supplier frameworks for use by Framework Users. Immediately upon conclusion of these single supplier frameworks, contracts will be put in place between the relevant Framework Users and the winner of each respective Lot.
Lot 3, Lot 4 Lot 5(a) & Lot 5(b) will be set up as multi-supplier frameworks with service providers appointed to a Framework for use by Framework Users. Contracts will be awarded by Framework Users to service providers appointed to these Frameworks in accordance with the terms of the relevant framework agreements.
It is envisaged that the maximum number of service providers to be appointed to the panel for the provision of services will be as outlined in the table below.
Appointed to Panel
Lot 1 1
Lot 2 1
Lot 3 8
Lot 4 2
Lot 5(a) 4
Lot 5(b) 8
If there is more than one Tenderer ranked:
- at 8th place in the case of Lot 3 , all the 8th placed Tenderers will be appointed to the framework for that Lot;
- at 2nd place in the case of Lot 4, all the 2nd placed Tenderers will be appointed to the framework for that Lot; or
- at 4th place in the case of Lot 5(a), all the 4th placed Tenderers will be appointed to the framework for that Lot.
- at 8th place in the case of Lot 5(b), all the 8th placed Tenderers will be appointed to the framework for that Lot.
-
Please reference Appendix 3 and Appendix 4 of the PQQ for further scope information on Lots 1, 2, 3, 4 & 5 (a) and 5(b).
As part of the re-organisation or restructuring of Ervia, the Framework Users and/or their group and subsidiaries at any time in the future, the right is reserved to reduce or alter the scope of services to be provided under a particular Lot, framework agreement or contract including, without limitation, by removing certain subsidiaries, entities or business units from the scope of the services or reducing the scope of the existing services to be provided to certain existing Framework Users. This could include, at Ervia’s discretion, an extension of the term of the framework agreement in respect of some Framework Users and not others. The circumstances in which this may arise could include the proposed separation of Irish Water from Ervia which may impact the scope of the services to be provided.
Also, if an entity satisfies the definition of a Framework User at any point during the term of a framework agreement, it will, unless Ervia elects otherwise, remain eligible to award and enter into a contract under a framework agreement even if it subsequently ceases to satisfy the definition of a Framework User (and subject at the relevant time, in respect of Lot 1, to compliance with legal requirements in respect of identity and engagement of statutory auditors). Similarly, a Lot and framework may be extended in scope from time to time to apply in respect of any new subsidiaries or business that satisfy the definition of Framework User from time to time.
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: yes
Description of renewals:  
Option to extend for further periods up to a total maximum of 2 years.
II.2.9)

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

Envisaged minimum number: 20
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
II.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00 hrs local time
Tuesday 16th October 2018.
II.2)

Description

II.2.1)

Title

18/179 - Lot 3 Other Financial, Taxation and Related Services
Lot No:  3
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79211000  -  Accounting services
79211200  -  Compilation of financial statements services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212200  -  Internal audit services
79212300  -  Statutory audit services
79212500  -  Accounting review services
79221000  -  Tax consultancy services
79222000  -  Tax-return preparation services
79400000  -  Business and management consultancy and related services
79412000  -  Financial management consultancy services
II.2.4)

Description of the procurement

It is anticipated that the Frameworks will cover the following services to the Framework Users initially for a three year period with an Ervia option to extend, on behalf of the Framework Users, for further periods up to a total maximum of two years at the sole discretion of Ervia. The term of a contract awarded under a framework agreement may extend beyond the term of the relevant framework agreement.
Lot 1: External Audit
Lot 2: Taxation Compliance
Lot 3: Other Financial, Taxation and Related Services
Lot 4: Internal Audit
Lot 5(a): Risk (All Services)
Lot 5(b): Risk Specialist Services
Lots 1 and 2 will be awarded as separate single supplier frameworks for use by Framework Users. Immediately upon conclusion of these single supplier frameworks, contracts will be put in place between the relevant Framework Users and the winner of each respective Lot.
Lot 3, Lot 4 Lot 5(a) & Lot 5(b) will be set up as multi-supplier frameworks with service providers appointed to a Framework for use by Framework Users. Contracts will be awarded by Framework Users to service providers appointed to these Frameworks in accordance with the terms of the relevant framework agreements.
It is envisaged that the maximum number of service providers to be appointed to the panel for the provision of services will be as outlined in the table below.
Appointed to Panel
Lot 1 1
Lot 2 1
Lot 3 8
Lot 4 2
Lot 5(a) 4
Lot 5(b) 8
If there is more than one Tenderer ranked:
- at 8th place in the case of Lot 3 , all the 8th placed Tenderers will be appointed to the framework for that Lot;
- at 2nd place in the case of Lot 4, all the 2nd placed Tenderers will be appointed to the framework for that Lot; or
- at 4th place in the case of Lot 5(a), all the 4th placed Tenderers will be appointed to the framework for that Lot.
- at 8th place in the case of Lot 5(b), all the 8th placed Tenderers will be appointed to the framework for that Lot.
-
Please reference Appendix 3 and Appendix 4 of the PQQ for further scope information on Lots 1, 2, 3, 4 & 5 (a) and 5(b).
As part of the re-organisation or restructuring of Ervia, the Framework Users and/or their group and subsidiaries at any time in the future, the right is reserved to reduce or alter the scope of services to be provided under a particular Lot, framework agreement or contract including, without limitation, by removing certain subsidiaries, entities or business units from the scope of the services or reducing the scope of the existing services to be provided to certain existing Framework Users. This could include, at Ervia’s discretion, an extension of the term of the framework agreement in respect of some Framework Users and not others. The circumstances in which this may arise could include the proposed separation of Irish Water from Ervia which may impact the scope of the services to be provided.
Also, if an entity satisfies the definition of a Framework User at any point during the term of a framework agreement, it will, unless Ervia elects otherwise, remain eligible to award and enter into a contract under a framework agreement even if it subsequently ceases to satisfy the definition of a Framework User (and subject at the relevant time, in respect of Lot 1, to compliance with legal requirements in respect of identity and engagement of statutory auditors). Similarly, a Lot and framework may be extended in scope from time to time to apply in respect of any new subsidiaries or business that satisfy the definition of Framework User from time to time.
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: yes
Description of renewals:  
Option to extend for further periods up to a total maximum of 2 years.
II.2.9)

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

Envisaged minimum number: 20
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
II.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00 hrs local time
Tuesday 16th October 2018.
II.2)

Description

II.2.1)

Title

18/179 - Lot 4 Internal Audit
Lot No:  4
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79211000  -  Accounting services
79211200  -  Compilation of financial statements services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212200  -  Internal audit services
79212300  -  Statutory audit services
79212500  -  Accounting review services
79221000  -  Tax consultancy services
79222000  -  Tax-return preparation services
79400000  -  Business and management consultancy and related services
79412000  -  Financial management consultancy services
II.2.4)

Description of the procurement

It is anticipated that the Frameworks will cover the following services to the Framework Users initially for a three year period with an Ervia option to extend, on behalf of the Framework Users, for further periods up to a total maximum of two years at the sole discretion of Ervia. The term of a contract awarded under a framework agreement may extend beyond the term of the relevant framework agreement.
Lot 1: External Audit
Lot 2: Taxation Compliance
Lot 3: Other Financial, Taxation and Related Services
Lot 4: Internal Audit
Lot 5(a): Risk (All Services)
Lot 5(b): Risk Specialist Services
Lots 1 and 2 will be awarded as separate single supplier frameworks for use by Framework Users. Immediately upon conclusion of these single supplier frameworks, contracts will be put in place between the relevant Framework Users and the winner of each respective Lot.
Lot 3, Lot 4 Lot 5(a) & Lot 5(b) will be set up as multi-supplier frameworks with service providers appointed to a Framework for use by Framework Users. Contracts will be awarded by Framework Users to service providers appointed to these Frameworks in accordance with the terms of the relevant framework agreements.
It is envisaged that the maximum number of service providers to be appointed to the panel for the provision of services will be as outlined in the table below.
Appointed to Panel
Lot 1 1
Lot 2 1
Lot 3 8
Lot 4 2
Lot 5(a) 4
Lot 5(b) 8
If there is more than one Tenderer ranked:
- at 8th place in the case of Lot 3 , all the 8th placed Tenderers will be appointed to the framework for that Lot;
- at 2nd place in the case of Lot 4, all the 2nd placed Tenderers will be appointed to the framework for that Lot; or
- at 4th place in the case of Lot 5(a), all the 4th placed Tenderers will be appointed to the framework for that Lot.
- at 8th place in the case of Lot 5(b), all the 8th placed Tenderers will be appointed to the framework for that Lot.
-
Please reference Appendix 3 and Appendix 4 of the PQQ for further scope information on Lots 1, 2, 3, 4 & 5 (a) and 5(b).
As part of the re-organisation or restructuring of Ervia, the Framework Users and/or their group and subsidiaries at any time in the future, the right is reserved to reduce or alter the scope of services to be provided under a particular Lot, framework agreement or contract including, without limitation, by removing certain subsidiaries, entities or business units from the scope of the services or reducing the scope of the existing services to be provided to certain existing Framework Users. This could include, at Ervia’s discretion, an extension of the term of the framework agreement in respect of some Framework Users and not others. The circumstances in which this may arise could include the proposed separation of Irish Water from Ervia which may impact the scope of the services to be provided.
Also, if an entity satisfies the definition of a Framework User at any point during the term of a framework agreement, it will, unless Ervia elects otherwise, remain eligible to award and enter into a contract under a framework agreement even if it subsequently ceases to satisfy the definition of a Framework User (and subject at the relevant time, in respect of Lot 1, to compliance with legal requirements in respect of identity and engagement of statutory auditors). Similarly, a Lot and framework may be extended in scope from time to time to apply in respect of any new subsidiaries or business that satisfy the definition of Framework User from time to time.
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: yes
Description of renewals:  
Option to extend for further periods up to a total maximum of 2 years.
II.2.9)

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

Envisaged minimum number: 20
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
II.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00 hrs local time
Tuesday 16th October 2018.
II.2)

Description

II.2.1)

Title

18/179 - Lot 5(a): Risk (All Services)
Lot No:  5
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79211000  -  Accounting services
79211200  -  Compilation of financial statements services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212200  -  Internal audit services
79212300  -  Statutory audit services
79212500  -  Accounting review services
79221000  -  Tax consultancy services
79222000  -  Tax-return preparation services
79400000  -  Business and management consultancy and related services
79412000  -  Financial management consultancy services
II.2.4)

Description of the procurement

It is anticipated that the Frameworks will cover the following services to the Framework Users initially for a three year period with an Ervia option to extend, on behalf of the Framework Users, for further periods up to a total maximum of two years at the sole discretion of Ervia. The term of a contract awarded under a framework agreement may extend beyond the term of the relevant framework agreement.
Lot 1: External Audit
Lot 2: Taxation Compliance
Lot 3: Other Financial, Taxation and Related Services
Lot 4: Internal Audit
Lot 5(a): Risk (All Services)
Lot 5(b): Risk Specialist Services
Lots 1 and 2 will be awarded as separate single supplier frameworks for use by Framework Users. Immediately upon conclusion of these single supplier frameworks, contracts will be put in place between the relevant Framework Users and the winner of each respective Lot.
Lot 3, Lot 4 Lot 5(a) & Lot 5(b) will be set up as multi-supplier frameworks with service providers appointed to a Framework for use by Framework Users. Contracts will be awarded by Framework Users to service providers appointed to these Frameworks in accordance with the terms of the relevant framework agreements.
It is envisaged that the maximum number of service providers to be appointed to the panel for the provision of services will be as outlined in the table below.
Appointed to Panel
Lot 1 1
Lot 2 1
Lot 3 8
Lot 4 2
Lot 5(a) 4
Lot 5(b) 8
If there is more than one Tenderer ranked:
- at 8th place in the case of Lot 3 , all the 8th placed Tenderers will be appointed to the framework for that Lot;
- at 2nd place in the case of Lot 4, all the 2nd placed Tenderers will be appointed to the framework for that Lot; or
- at 4th place in the case of Lot 5(a), all the 4th placed Tenderers will be appointed to the framework for that Lot.
- at 8th place in the case of Lot 5(b), all the 8th placed Tenderers will be appointed to the framework for that Lot.
-
Please reference Appendix 3 and Appendix 4 of the PQQ for further scope information on Lots 1, 2, 3, 4 & 5 (a) and 5(b).
As part of the re-organisation or restructuring of Ervia, the Framework Users and/or their group and subsidiaries at any time in the future, the right is reserved to reduce or alter the scope of services to be provided under a particular Lot, framework agreement or contract including, without limitation, by removing certain subsidiaries, entities or business units from the scope of the services or reducing the scope of the existing services to be provided to certain existing Framework Users. This could include, at Ervia’s discretion, an extension of the term of the framework agreement in respect of some Framework Users and not others. The circumstances in which this may arise could include the proposed separation of Irish Water from Ervia which may impact the scope of the services to be provided.
Also, if an entity satisfies the definition of a Framework User at any point during the term of a framework agreement, it will, unless Ervia elects otherwise, remain eligible to award and enter into a contract under a framework agreement even if it subsequently ceases to satisfy the definition of a Framework User (and subject at the relevant time, in respect of Lot 1, to compliance with legal requirements in respect of identity and engagement of statutory auditors). Similarly, a Lot and framework may be extended in scope from time to time to apply in respect of any new subsidiaries or business that satisfy the definition of Framework User from time to time.
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: yes
Description of renewals:  
Option to extend for further periods up to a total maximum of 2 years.
II.2.9)

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

Envisaged minimum number: 20
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
II.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00 hrs local time
Tuesday 16th October 2018.
II.2)

Description

II.2.1)

Title

18/179 - Lot 5(b): Risk -Individual Specialist Areas
Lot No:  6
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
79200000  -  Accounting, auditing and fiscal services
79210000  -  Accounting and auditing services
79211000  -  Accounting services
79211200  -  Compilation of financial statements services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212200  -  Internal audit services
79212300  -  Statutory audit services
79212500  -  Accounting review services
79221000  -  Tax consultancy services
79222000  -  Tax-return preparation services
79400000  -  Business and management consultancy and related services
79412000  -  Financial management consultancy services
II.2.4)

Description of the procurement

It is anticipated that the Frameworks will cover the following services to the Framework Users initially for a three year period with an Ervia option to extend, on behalf of the Framework Users, for further periods up to a total maximum of two years at the sole discretion of Ervia. The term of a contract awarded under a framework agreement may extend beyond the term of the relevant framework agreement.
Lot 1: External Audit
Lot 2: Taxation Compliance
Lot 3: Other Financial, Taxation and Related Services
Lot 4: Internal Audit
Lot 5(a): Risk (All Services)
Lot 5(b): Risk Specialist Services
Lots 1 and 2 will be awarded as separate single supplier frameworks for use by Framework Users. Immediately upon conclusion of these single supplier frameworks, contracts will be put in place between the relevant Framework Users and the winner of each respective Lot.
Lot 3, Lot 4 Lot 5(a) & Lot 5(b) will be set up as multi-supplier frameworks with service providers appointed to a Framework for use by Framework Users. Contracts will be awarded by Framework Users to service providers appointed to these Frameworks in accordance with the terms of the relevant framework agreements.
It is envisaged that the maximum number of service providers to be appointed to the panel for the provision of services will be as outlined in the table below.
Appointed to Panel
Lot 1 1
Lot 2 1
Lot 3 8
Lot 4 2
Lot 5(a) 4
Lot 5(b) 8
If there is more than one Tenderer ranked:
- at 8th place in the case of Lot 3 , all the 8th placed Tenderers will be appointed to the framework for that Lot;
- at 2nd place in the case of Lot 4, all the 2nd placed Tenderers will be appointed to the framework for that Lot; or
- at 4th place in the case of Lot 5(a), all the 4th placed Tenderers will be appointed to the framework for that Lot.
- at 8th place in the case of Lot 5(b), all the 8th placed Tenderers will be appointed to the framework for that Lot.
-
Please reference Appendix 3 and Appendix 4 of the PQQ for further scope information on Lots 1, 2, 3, 4 & 5 (a) and 5(b).
As part of the re-organisation or restructuring of Ervia, the Framework Users and/or their group and subsidiaries at any time in the future, the right is reserved to reduce or alter the scope of services to be provided under a particular Lot, framework agreement or contract including, without limitation, by removing certain subsidiaries, entities or business units from the scope of the services or reducing the scope of the existing services to be provided to certain existing Framework Users. This could include, at Ervia’s discretion, an extension of the term of the framework agreement in respect of some Framework Users and not others. The circumstances in which this may arise could include the proposed separation of Irish Water from Ervia which may impact the scope of the services to be provided.
Also, if an entity satisfies the definition of a Framework User at any point during the term of a framework agreement, it will, unless Ervia elects otherwise, remain eligible to award and enter into a contract under a framework agreement even if it subsequently ceases to satisfy the definition of a Framework User (and subject at the relevant time, in respect of Lot 1, to compliance with legal requirements in respect of identity and engagement of statutory auditors). Similarly, a Lot and framework may be extended in scope from time to time to apply in respect of any new subsidiaries or business that satisfy the definition of Framework User from time to time.
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: yes
Description of renewals:  
Option to extend for further periods up to a total maximum of 2 years.
II.2.9)

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

Envisaged minimum number: 20
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
II.2.14)

Additional information

You must submit through the etenders system before
the deadline. The submission deadline is strict & no
submissions will be possible after the date & time
specified in the PQQ documents. Please note that
all tenders are electronic, as such NO paper copies
will be accepted or read. Please submit via the
etenders system not later than 12:00 hrs local time
Tuesday 16th October 2018.

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:  Please refer to tender documents available to download from www.etenders.gov.ie only.
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: Refer to PQQ.
III.1.8)

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

Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate, but may if the Contracting Entity considers it necessary to ensure that the framework agreement and/or contracts are carried out to its satisfaction, be required to do so prior to award of the contract. The Contracting Entity also reserves the right to contract with each member of the group on the basis of joint and several liability, or with one member of the group as a main contractor with a number of sub-contractors or on any other basis as the Contracting Entity considers appropriate.
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
If applicable, please refer to tender documents available to download from www.etenders.gov.ie only.
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:  46
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:  16/10/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
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

You must submit through the etenders system before the deadline. The submission deadline is strict & no submissions will be possible after the date & time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time Tuesday 16th October 2018.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Please refer to Statutory Instrument 131 of 2010, European Communities (Award of Contracts by Utility Undertaking) (Review Procedures) Regulations 2010 (and in particular Regulation 7 and 10(2)).