Contract notice - utilities

Information

Published

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

Expire date: 05/07/2019

External Reference: 2019-287795

TED Reference: 2019/S 106-259937

Contract notice - utilities

Contract notice – utilities

Works

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: Adel Agayava
Telephone: +353 11234567
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=148066&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

ESB Energy Projects Electrical Balance of Plant (EBOP) Irish Framework
Reference number:  GWM-9838
II.1.2)

Main CPV code

45251100  -  Construction work for power plant
II.1.3)

Type of contract

Works
II.1.4)

Short description

ESB intends to procure works, supplies and services through a Framework Agreement related to electrical balance of plant (EBOP) for energy projects, including but not limited to solar farms, battery storage, wind farms, energy from waste, gas turbine or other energy projects acquired or built during the term of the Framework, including Joint Venture or subsidiary developments.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

09330000  -  Solar energy
31200000  -  Electricity distribution and control apparatus
31400000  -  Accumulators, primary cells and primary batteries
31600000  -  Electrical equipment and apparatus
45251140  -  Thermal power plant construction work
45251160  -  Wind-power installation works
51100000  -  Installation services of electrical and mechanical equipment
II.2.3)

Place of performance

Main site or place of performance:  
The Island of Ireland
II.2.4)

Description of the procurement

ESB is seeking expressions of interest for works, supplies and services through a Framework Agreement related to electrical balance of plant (EBOP) for energy projects, including but not limited to solar farms, battery storage, wind farms, energy from waste, gas turbine or other energy projects acquired or built during the term of the Framework, including Joint Venture or subsidiary developments.
ESB plans to develop the projects commencing in 2019, through a pipeline of greenfield projects which are currently going through the consenting process. The size of individual projects is expected to typically range between 5MW and 100MW, although some projects could be outside this range. The location of these proposed projects is expected to be on the Island of Ireland. Typically the scope of work for this Framework shall include the design, procurement and installation for the following non-exhaustive list, however tenders should note that the detailed scope and contracting strategy for each project will be determined at the mini-tender stage:
1. EBOP Civil Works
2. Earthing System for complete station and OEM plant areas
3. Auxiliary Power Supplies
4. Mechanical & Electrical Services
5. Grid connection works – underground cable or overhead line as required
6. HV End Masts or Cable Connection terminations
7. Grid Transformer
8. Neutral Earthing Resistor
9. MV Cable Network
10. MV Switchgear
11. Connection of Main LV and Standby supply
12. Fibre Optic Cable Network
13. Control & Protection as per Employers specifications
14. Connection to Revenue Metering
15. Installation and Wiring of OEM Cabinets
16. Installation and Wiring of Employers SCADA Cabinets
17. Studies if specified
18. Design Process & Procedures
19. Testing and commissioning
20. Implementation of Employers Electrical Transfer Procedures including SAP
21. Operations & Maintenance requirements
22. Permanent Telecommunications for site
23. Fulfilling role of PSCS or Principal Contractor during all or part of the Works, which may include other parties on site
24. Met mast procurement and erection if required, including foundation and crane hardstanding
Some post construction works/services during the project operational phase may also be included in the framework scope.
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: 96
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: 10
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 151835
II.2.10)

Information about variants

Variants will be accepted: yes
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

This procurement competition is intended to establish a multi-party Framework agreement. It is expected that the framework will contain seven (7) suitably qualified service providers. The Framework term will compromise of a five (5) year initial term, with the option, at the Contracting Entity's own discretion, to extend up to a maximum of a further three years.

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 Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 151835.
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 Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 151835.
III.1.6)

Deposits and guarantees required

As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 151835.
III.1.7)

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

As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 151835.
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 Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 151835.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 151835.
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:  7
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:  05/07/2019
Local time:  15:00
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 invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (e-Tenders Ref No 151835).Registration is free of charge. Interested parties must register their interest for the PQQ on the eTenders website. Once you have registered your interest please forward a message in eTenders to request the PQQ documentation and the documentation will then be forwarded to you. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. Please note that a clarification log will be added to the PQQ documentation to record clarification queries received and the responses. You should check the log regularly for updates. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties. Further information on this procurement competition is set out in the Pre-Qualification documentation available on request.
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