Contract notice - utilities

Information

Published

Date of dispatch of this notice: 31/05/2019

Expire date: 01/07/2019

External Reference: 2019-224174

TED Reference: 2019/S 106-260120

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: John Hunt
Telephone: +353 17027445
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=147349&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

Business Continuity Services
Reference number:  SSCON4423
II.1.2)

Main CPV code

79430000  -  Crisis management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This contract is for business continuity services for ESB to accommodate staff at Dublin, Cork, and Belfast. ESB is inviting prequalification applications from suitably qualified interested parties with experience of providing these services and with available existing premises in Dublin, Cork, and Belfast.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Applicants may apply for lot 1, lot 2, lot 3, or for all lots. Applicants must state in their application which lots are being applied for, and if the applicant is applying for more than one lot two separate references should be given for each lot applied for.
II.2)

Description

II.2.1)

Title

Business Continuity Services at Dublin
Lot No:  1
II.2.2)

Additional CPV code(s)

79430000  -  Crisis management services
72251000  -  Disaster recovery services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

At this point it is envisaged that the requirement in Dublin will be to accommodate in the range of between 230 to 300 seats.
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:
Following the closing date the contracting entity will evaluate the responses with a view to selecting a list of suitable candidates to be invited to submit a tender for the framework agreement for each of the lots to which they have qualified. ESB will invite at least the five highest scoring applicants for each lot to the tender stage of this competition, 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:
The duration of the framework agreements will be for four years each with an option for ESB to extend for up to a additional further three years in one of 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

Business Continuity Services at Cork
Lot No:  2
II.2.2)

Additional CPV code(s)

79430000  -  Crisis management services
72251000  -  Disaster recovery services
II.2.3)

Place of performance

Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

At this point it is envisaged that the requirement in Cork will be to accommodate in the range of 200 seats.
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:
Following the closing date the contracting entity will evaluate the responses with a view to selecting a list of suitable candidates to be invited to submit a tender for the framework agreement for each of the lots to which they have qualified. ESB will invite at least the five highest scoring applicants for each lot to the tender stage of this competition, 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:
The duration of the framework agreements will be for four years each with an option for ESB to extend for up to an additional further three years in one of 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

Business Continuity Services at Belfast
Lot No:  3
II.2.2)

Additional CPV code(s)

79430000  -  Crisis management services
72251000  -  Disaster recovery services
II.2.3)

Place of performance

Main site or place of performance:  
Belfast
II.2.4)

Description of the procurement

At this point it is envisaged that the requirement in Belfast will be to accommodate 25 seats.
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:
Following the closing date the contracting entity will evaluate the responses with a view to selecting a list of suitable candidates to be invited to submit a tender for the framework agreement for each of the lots to which they have qualified. ESB will invite at least the five highest scoring applicants for each lot to the tender stage of this competition, 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:
The duration of the framework agreements will be for four years each with an option for ESB to extend for up to an additional further three years in one of 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 xxxxxx
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 xxxxxx
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 xxxxxx
III.1.8)

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

Where a grouping 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:  01/07/2019
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:  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

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 this service.
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) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
9) 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.
10) 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