Contract notice - utilities

Information

Published

Date of dispatch of this notice: 09/12/2019

Expire date: 23/01/2020

External Reference: 2019-203532

TED Reference: 2019/S 239-587729

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=158346&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

Hydro Water Control Equipment Maintenance and Overhaul Framework for Hydro Stations in Ireland
Reference number:  GWM9768
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Hydro Water Control Equipment Maintenance and Overhaul Framework for Hydro Stations in the republic of Ireland only.
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

Western
Lot No:  1
II.2.2)

Additional CPV code(s)

44212310  -  Scaffolding
44212382  -  Floodgates
44212383  -  Lock gates
45259000  -  Repair and maintenance of plant
45442120  -  Painting and protective-coating work of structures
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000  -  Repair and maintenance services of machinery
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

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

Description of the procurement

This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The Scope of Works compromises of 5-yearly, 10-yearly and 20 yearly Mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB`s dams and rivers.
The disassembly, visual inspections & component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge Structures, Spillway/Intake Gates, Gear Boxes, Chains, Clutches, Seals, Rollers, Headstocks, etc.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
3 year framework subject to annual renewal with option to extend for further 2 years
II.2.9)

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

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying.
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 161488
II.2)

Description

II.2.1)

Title

Southern
Lot No:  2
II.2.2)

Additional CPV code(s)

44212310  -  Scaffolding
44212382  -  Floodgates
44212383  -  Lock gates
45259000  -  Repair and maintenance of plant
45442120  -  Painting and protective-coating work of structures
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000  -  Repair and maintenance services of machinery
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

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

Description of the procurement

This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The Scope of Works compromises of 5-yearly, 10-yearly and 20 yearly Mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB`s dams and rivers.
The disassembly, visual inspections & component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge Structures, Spillway/Intake Gates, Gear Boxes, Chains, Clutches, Seals, Rollers, Headstocks, etc.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
3 year framework subject to annual renewal with option to extend for further 2 years
II.2.9)

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

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying.
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 161488
II.2)

Description

II.2.1)

Title

North Eastern
Lot No:  3
II.2.2)

Additional CPV code(s)

44212310  -  Scaffolding
44212382  -  Floodgates
44212383  -  Lock gates
45259000  -  Repair and maintenance of plant
45442120  -  Painting and protective-coating work of structures
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000  -  Repair and maintenance services of machinery
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

Main site or place of performance:  
Erne and associated Stations, Donegal
II.2.4)

Description of the procurement

This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The Scope of Works compromises of 5-yearly, 10-yearly and 20 yearly Mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB`s dams and rivers.
The disassembly, visual inspections & component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge Structures, Spillway/Intake Gates, Gear Boxes, Chains, Clutches, Seals, Rollers, Headstocks, etc.
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: 60
This contract is subject to renewal: yes
Description of renewals:  
3 year framework subject to annual renewal with option to extend for further 2 years
II.2.9)

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

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying.
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

Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 161488

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 161488
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 161488
Minimum level(s) of standards possibly required:  
As stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 161488.
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 161488
Minimum level(s) of standards possibly required:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488
III.1.6)

Deposits and guarantees required

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488
III.1.7)

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

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488
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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488
III.2)

Conditions related to the contract

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:  3
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 094-228346
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/01/2020
Local time:  17:00
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

Tender must be valid until:  09/12/2020

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
5 years
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

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.
10) At Section II.2.9 we have indicated that 8 to be reviewed on a case-by-case basis will be invited to tender, please note that the contracting entity reserves the right to invite at least 8 to be reviewed on a case-by-case basis 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

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Contracting Entity will not conclude this framework agreement / contract until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. Review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement / contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement / contract.