Contract notice - utilities

Information

Published

Date of dispatch of this notice: 01/11/2019

Expire date: 04/12/2019

External Reference: 2019-225276

TED Reference: 2019/S 213-524375

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: Aisling Horgan
Telephone: +353 659080418
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=156057&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

Overhead Line and Pole Laboratory Testing
Reference number:  GWM10649
II.1.2)

Main CPV code

71900000  -  Laboratory services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Overhead Line and Pole Laboratory Testing for ESB Networks
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:  
Max of 6 Suppliers per Lab Category A, B and C.
II.2)

Description

II.2.1)

Title

Lab Category A
Lot No:  1
II.2.2)

Additional CPV code(s)

32422000  -  Network components
71600000  -  Technical testing, analysis and consultancy services
71630000  -  Technical inspection and testing services
71632000  -  Technical testing services
II.2.3)

Place of performance

Main site or place of performance:  
Multiple locations
II.2.4)

Description of the procurement

ISO 17025 or equivalent with at least 10 years’ experience in carrying out a similar scope of tests;
Evidence of testing overhead line components for at least 3 EU Network utilities/ EU manufacturers of overhead line components;
As an alternative to such experience within the EU, similar experience with Japanese, South Korean, Australian, New Zealand, US, Canadian or UK Network utilities would be considered
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: yes
Description of renewals:  
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 (3) years.
II.2.9)

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

Envisaged number of candidates: 18
Objective criteria for choosing the limited number of candidates:
See PQQ for details.
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

Attached as document
II.2)

Description

II.2.1)

Title

Lab Category B
Lot No:  2
II.2.2)

Additional CPV code(s)

32422000  -  Network components
71600000  -  Technical testing, analysis and consultancy services
71630000  -  Technical inspection and testing services
71632000  -  Technical testing services
II.2.3)

Place of performance

Main site or place of performance:  
Multiple locations
II.2.4)

Description of the procurement

ISO 17025 (or equivalent) or ISO 9001 (or equivalent). If a Candidate does not have accreditation to ISO 17025, but does have ISO 9001, they must also meet additional quality and management requirements to ensure required test quality is met;
At least 10 years’ experience in carrying out a similar scope of tests;
Evidence from 3 companies of testing relevant to the scope of works.
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: yes
Description of renewals:  
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 (3) years.
II.2.9)

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

Envisaged number of candidates: 18
Objective criteria for choosing the limited number of candidates:
See attached PQQ.
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

Attached as document.
II.2)

Description

II.2.1)

Title

Lab Category C
Lot No:  3
II.2.2)

Additional CPV code(s)

32422000  -  Network components
71600000  -  Technical testing, analysis and consultancy services
71630000  -  Technical inspection and testing services
71632000  -  Technical testing services
II.2.3)

Place of performance

Main site or place of performance:  
Multiple locations
II.2.4)

Description of the procurement

The Candidate must meet certain quality and management requirements to ensure required test quality is met;
At least 10 years’ experience in carrying out a similar scope of tests;
Evidence from 3 companies of testing relevant to the scope of works.
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: yes
Description of renewals:  
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 (3) years.
II.2.9)

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

Envisaged number of candidates: 18
Objective criteria for choosing the limited number of candidates:
See attached PQQ.
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

Attached as document

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 159347
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 159347
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 159347
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: See documentation.
III.1.6)

Deposits and guarantees required

See documentation.
III.1.7)

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

See documentation.
III.1.8)

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

See documentation.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See documentation.
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:  18
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:  12:30
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 31/01/2020
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

Tender must be valid until:  29/05/2020

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
8 years
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
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