Contract award notice

Information

Published

Date of dispatch of this notice: 16/04/2020

External Reference: 2020-253904

TED Reference: 2020/S 076-180474

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Sinéad Connolly
Telephone: +353 12370335
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

EirGrid Group Legal Services Framework
Reference number:  ENQEIR632
II.1.2)

Main CPV code

79100000  -  Legal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This tender process is now complete. EirGrid has appointed a panel of legal advisors to provide legal advice to certain EirGrid Group companies (as detailed in Part 3 Section 2 of the RFP) for the Lots more particularly described below.
Lot 1 – ROI Full Service Irish Legal Advice
Lot 2 – ROI Legal Process Outsourcing (Irish law)
Lot 3 – NI Full Service Northern Irish Legal Advice
Lot 4 – NI Legal Process Outsourcing (Northern Irish law)
Lot 5 - ROINI Commercial, Energy & Regulation (Both Irish and Northern Irish/UK law)
The framework agreement period will be for an initial duration of four years with the option to extend one or more Lots annually for up to an additional four years.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  14040000.00  EUR
II.2)

Description

II.2.1)

Title

ROI Full Service Irish Legal Advice
Lot No:  1
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

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

Description of the procurement

General legal advisory services including, but not limited to, the following areas of Irish law:
o Environmental & Planning, Construction and Health & Safety;
o Corporate Governance, General Corporate and Company Secretary;
o Pensions;
o Employment;
o Data Protection, Privacy & Freedom of Information (FOI); and
o Property.
This excludes Lot 2 and Lot 5.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality, Quantity and Balance of Human Resources - Core Services Team  /  Weighting:  40%
Quality criterion  -  Name:  Quality, Quantity and Balance of Human Resources - Additional Services Team  /  Weighting:  10%
Quality criterion  -  Name:  Approach & Methodology  /  Weighting:  5%
Quality criterion  -  Name:  Service Levels  /  Weighting:  5%
Cost criterion  -  Name:  Total Hourly Rates Schedule  /  Weighting:  30%
Cost criterion  -  Name:  Volume Discounts  /  Weighting:  5%
Cost criterion  -  Name:  Secondee Rates  /  Weighting:  5%
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement period will be for an initial duration of four years with the option to extend one or more Lots annually for up to an additional four years, subject always to the satisfactory performance of the members.
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

The estimated contract value of €14,040,000 covers all Lots taking into account the contracts being extended for the additional four years.
II.2)

Description

II.2.1)

Title

ROI Legal Process Outsourcing (Irish law)
Lot No:  2
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

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

Description of the procurement

Includes services for labour intensive legal tasks including, but not limited to:-
o Large scale contract and document reviews;
o Due diligence;
o Discovery;
o Legal research;
o Data protection;
o FOI requests.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach & Methodology  /  Weighting:  10%
Quality criterion  -  Name:  Servlce Levels  /  Weighting:  15%
Cost criterion  -  Name:  Total Weekly rate Schedule  /  Weighting:  30%
Cost criterion  -  Name:  Total Monthly rate Schedule  /  Weighting:  40%
Cost criterion  -  Name:  Volume Discounts  /  Weighting:  5%
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement period will be for an initial duration of four years with the option to extend one or more Lots annually for up to an additional four years, subject always to the satisfactory performance of the members.
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

The estimated contract value of €14,040,000 covers all Lots taking into account the contracts being extended for the additional four years.
II.2)

Description

II.2.1)

Title

NI Full Service Northern Irish Legal Advice
Lot No:  3
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

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

Description of the procurement

General legal advisory services including, but not limited to, the following areas of Irish law:
o Environmental & Planning, Construction and Health & Safety;
o Corporate Governance, General Corporate and Company Secretary;
o Pensions;
o Employment;
o Data Protection, Privacy & Freedom of Information (FOI); and
o Property.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality, Quantity and Balance of Human Resources - Core Services Team  /  Weighting:  40%
Quality criterion  -  Name:  Quality, Quantity and Balance of Human Resources - Additional Services Team  /  Weighting:  10%
Quality criterion  -  Name:  Approach & Methodology  /  Weighting:  5%
Quality criterion  -  Name:  Service Levels  /  Weighting:  5%
Cost criterion  -  Name:  Total Hourly Rates Schedule  /  Weighting:  30%
Cost criterion  -  Name:  Volume Discounts  /  Weighting:  5%
Cost criterion  -  Name:  Secondee Rates  /  Weighting:  5%
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement period will be for an initial duration of four years with the option to extend one or more Lots annually for up to an additional four years, subject always to the satisfactory performance of the members.
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

The estimated contract value of €14,040,000 covers all Lots taking into account the contracts being extended for the additional four years.
II.2)

Description

II.2.1)

Title

NI Legal Process Outsourcing (Northern Irish law)
Lot No:  4
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

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

Description of the procurement

Includes services for labour intensive legal tasks including, but not limited to:-
o Large scale contract and document reviews;
o Due diligence;
o Discovery;
o Legal research;
o Data protection;
o FOI requests.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Approach & Methodology  /  Weighting:  10%
Quality criterion  -  Name:  Service Levels  /  Weighting:  15%
Cost criterion  -  Name:  Total Weekly rate Schedule  /  Weighting:  30%
Cost criterion  -  Name:  Total Monthly rate Schedule  /  Weighting:  40%
Cost criterion  -  Name:  Volume Discounts  /  Weighting:  5%
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement period will be for an initial duration of four years with the option to extend one or more Lots annually for up to an additional four years, subject always to the satisfactory performance of the members.
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

The estimated contract value of €14,040,000 covers all Lots taking into account the contracts being extended for the additional four years.
II.2)

Description

II.2.1)

Title

ROINI Commercial, Energy & Regulation
Lot No:  5
II.2.2)

Additional CPV code(s)

79110000  -  Legal advisory and representation services
79111000  -  Legal advisory services
79112000  -  Legal representation services
79130000  -  Legal documentation and certification services
79140000  -  Legal advisory and information services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland and Northern Ireland
II.2.4)

Description of the procurement

It is anticipated that the successful Tenderer for Lot 5 will be a law firm (i) established in Ireland and in Northern Ireland/the UK, or (ii) if the law firm concerned does not have a direct presence in any of those jurisdictions, by a law firm having an association with one or more other law firms established in those jurisdictions.
Services include, but not limited to:-
o Advisory;
o Corporate/Commercial;
o Contractual advice;
o Issues/ Disputes arising
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality, Quantity and Balance of Human Resources  /  Weighting:  50%
Quality criterion  -  Name:  Approach & Methodology  /  Weighting:  5%
Quality criterion  -  Name:  Service Levels  /  Weighting:  5%
Cost criterion  -  Name:  Total Hourly Rates Schedule  /  Weighting:  35%
Cost criterion  -  Name:  Volume Discounts  /  Weighting:  5%
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement period will be for an initial duration of four years with the option to extend one or more Lots annually for up to an additional four years, subject always to the satisfactory performance of the members.
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

The estimated contract value of €14,040,000 covers all Lots taking into account the contracts being extended for the additional four years.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
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: 2018/S 237-541424

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1 – ROI Full Service Irish Legal Advice

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/03/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Arthur Cox
IE0659305A
Earlsfort Centre, Earlsfort Terrace
Dublin
Co.Dublin
IE
Telephone: +353 016180850
Fax: +353 016163811
Internet address: http://www.arthurcox.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4800000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 1

Title: Lot 1 – ROI Full Service Irish Legal Advice

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

27/03/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Mason Hayes & Curran
IE0040531I
South Bank House
Dublin
Barrow Street
IE
Telephone: +353 016142459
Fax: +353 016145001
Internet address: http://www.mhc.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4800000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 1

Title: Lot 1 – ROI Full Service Irish Legal Advice

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

27/03/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Philip Lee
9522629P
7,8 Wilton Terrace
Dublin 2
Dublin 2
IE
Telephone: +353 12373700
Fax: +353 16787794
Internet address: http://www.philiplee.ie

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4800000.00  EUR

Section V: Award of contract

Contract No: 4

Title: Lot 2 – ROI Legal Process Outsourcing (Irish law)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/03/2020
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

McCann FitzGerald
IE 0056560F
Riverside One, Sir John Rogerson's Quay
Dublin
Dublin
IE
Telephone: +353 16071779

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  400000.00  EUR

Section V: Award of contract

Contract No: 5

Lot No: 3

Title: Lot 3 – NI Full Service Northern Irish Legal Advice

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/03/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

A&L Goodbody
42-44 Fountain Street
Belfast
BT1 5EF
UK
Telephone: +44 2890727499
Internet address: http://www.algoodbody.com/

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4000000.00  GBP

Section V: Award of contract

Contract No: 6

Lot No: 3

Title: Lot 3 – NI Full Service Northern Irish Legal Advice

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

31/03/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Arthur Cox
Victoria House, Gloucester Street
Belfast
BT1 4LS
UK
Telephone: +44 2890894531
Internet address: http://www.arthurcox.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  400000.00  GBP

Section V: Award of contract

Contract No: 7

Lot No: 3

Title: Lot 3 – NI Full Service Northern Irish Legal Advice

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/03/2020
V.2.2)

Information about tenders

Number of tenders received:  7
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  7
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Tughans
252025109
Marlborough House, 30 Victoria Street
Belfast
Antrim
UK
Telephone: +44 2890553300
Fax: +28 90550096
Internet address: http://www.tughans.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4000000.00  GBP

Section V: Award of contract

Contract No: 8

Title: Lot 4 – NI Legal Process Outsourcing (Northern Irish law)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/03/2020
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

A&L Goodbody
IE0040207W
42-44 Fountain Street
Belfast
BT1 5EF
UK
Telephone: +44 2890727499
Internet address: http://www.algoodbody.com/

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  400000.00  GBP

Section V: Award of contract

Contract No: 9

Lot No: 5

Title: Lot 5 - ROINI Commercial, Energy & Regulation

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

26/03/2020
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Arthur Cox
IE0659305A
Earlsfort Centre, Earlsfort Terrace
Dublin
Co.Dublin
IE
Telephone: +353 016180850
Fax: +353 016163811
Internet address: http://www.arthurcox.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4000000.00  EUR

Section V: Award of contract

Contract No: 10

Lot No: 5

Title: Lot 5 - ROINI Commercial, Energy & Regulation

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/04/2020
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Bird & Bird LLP
GB 927 5739 83
12 New Fetter Lane
London
EC4A 1JP
UK
Telephone: +44 2079826548
Internet address: http://www.twobirds.com

The contractor is an SME : no
Tughans
Marlborough House, 30 Victoria Street
Belfast
BT1 3GG
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4000000.00  EUR

Section V: Award of contract

Contract No: 11

Lot No: 5

Title: Lot 5 - ROINI Commercial, Energy & Regulation

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

27/03/2020
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

William Fry
4611749E
2 Grand Canal Square
Dublin
2
IE
Telephone: +353 16395000
Internet address: http://www.williamfry.com

The contractor is an SME : no
Cleaver Fulton Rankin
NI031078
50 Bedford Street
Belfast
BTZ 7FW
UK

The contractor is an SME : no
Matheson
70 Sir John Rogerson's Quay
Dublin
2
IE

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  4000000.00  EUR

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie