Contract notice - utilities

Information

Published

Date of dispatch of this notice: 31/10/2019

Expire date: 10/01/2020

External Reference: 2019-240326

TED Reference: 2019/S 213-524343

Contract notice - utilities

Cached Version

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: Margaret Custy
Telephone: +353 17027996
NUTS code:  IE -  IRELAND
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=156228&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

Financial Professional & Advisory Services Framework for ESB Group
Reference number:  SS/CON/4503
II.1.2)

Main CPV code

79200000  -  Accounting, auditing and fiscal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Financial Professional & Advisory Services Framework for ESB Group’s diverse businesses across Ireland, Northern Ireland and Great Britain. The services required are divided into the following three Lots:
Lot 1 Taxation Advisory Services
Lot 2 Financial Advisory, Due Diligence and Valuation Services
Lot 3 Accounting and Governance Advisory Services
Please note that a Pre-Qualification Questionnaire (PQQ) accompanies this Notice and provides a more detailed description of requirements.
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

Taxation Advisory Services
Lot No:  1
II.2.2)

Additional CPV code(s)

79221000  -  Tax consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

These services will include the delivery of taxation advisory type services to support ESB’s requirements for a range of activities including, but not limited to:
• Business Tax
• Corporate Transactions
• Transfer Pricing
• International Tax Structuring
• VAT
• Customs
• Tax Management
• Tax Compliance
• Human Resource Tax Services
It is envisaged that contracts will be agreed with up to 6 suppliers for Lot 1 services, subject to that number qualifying.
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: no
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: yes
Description of options:
ESB Group reserves the right to extend the framework for up to 5 years at intervals of 2 years, 2 years and 1 year.
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

Applicants will be assessed on the quality of their responses to the criteria&rules outlined in the PQQ. It is envisaged that the top scoring 10 applicants will be invited to tender for Lot 1, subject to that number qualifying. Please consult the associated document which contains full instructions re submission of tenders&is available to download from http://www.etenders.gov.ie/ using RFT 159508
II.2)

Description

II.2.1)

Title

Financial Advisory, Due Diligence and Valuation Services
Lot No:  2
II.2.2)

Additional CPV code(s)

79412000  -  Financial management consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

These services will include the delivery of financial advisory type services to support ESB’s requirements for a range of activities including, but not limited to:
• Acquisitions
• Mergers
• Disposals
• Valuations
• Financial modelling
• Project finance arrangements
• Debt and Refinancing
• General financial advice
It is envisaged that contracts will be agreed with up to 8 suppliers for Lot 2 services, subject to that number qualifying.
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: no
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: yes
Description of options:
ESB Group reserves the right to extend the framework for up to 5 years at intervals of 2 years, 2 years and 1 year.
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

Applicants will be assessed on the quality of their responses to the criteria&rules outlined in the PQQ. It is envisaged that the top scoring 10 applicants will be invited to tender for Lot 2, subject to that number qualifying. Please consult the associated document which contains full instructions re submission of tenders&is available to download from http://www.etenders.gov.ie/ using RFT 159508.
II.2)

Description

II.2.1)

Title

Accounting and Governance Advisory Services
Lot No:  3
II.2.2)

Additional CPV code(s)

79211000  -  Accounting services
79212500  -  Accounting review services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

These services will include the delivery of accounting and governance advisory type services to support ESB’s requirements for a range of activities including, but not limited to:
• Technical accounting advice and support
• Governance
• Control Processes
• Compliance
It is envisaged that contracts will be agreed with up to 6 suppliers for Lot 3 services, subject to that number qualifying.
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: no
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: yes
Description of options:
ESB Group reserves the right to extend the framework for up to 5 years at intervals of 2 years, 2 years and 1 year.
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

Applicants will be assessed on the quality of their responses to the criteria&rules outlined in the PQQ. It is envisaged that the top scoring 10 applicants will be invited to tender for Lot 3, subject to that number qualifying. Please consult the associated document which contains full instructions re submission of tenders&is available to download from http://www.etenders.gov.ie/ using RFT 159508.

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 159508.
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 159508.
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 159508.
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, it will be a requirement of ESB Group that 1 member of the group accepts full contractual responsibility for the delivery of the service. Where appropriate, the intended contractually responsible member of any grouping or consortium must be identified in the response 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 several operators
Envisaged maximum number of participants to the framework agreement:  20
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:  02/12/2019
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.3)

Additional information

Section IV.1.3 above refers.
Envisaged maximum number of participants to the framework agreement:
- For Lot 1 envisaged number is 6 participants subject to that number qualifying;
- For Lot 2 envisaged number is 8 participants subject to that number qualifying;
- For Lot 3 envisaged number is 6 participants subject to that number qualifying.
1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. 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.
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