Contract notice - utilities

Information

Published

Date of dispatch of this notice: 27/05/2020

Expire date: 29/06/2020

External Reference: 2020-245100

TED Reference: 2020/S 104-252326

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: James McGarry
Telephone: +353 18934415
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=167630&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

Service and Availability Agreements for ESB Windfarms in Ireland and UK.
Reference number:  GWM 11886
II.1.2)

Main CPV code

71314000  -  Energy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB is seeking tenders for the provision of Wind Turbine Service & Availability Agreements for 8 Windfarms which total 202MW of wind turbines in Ireland and the UK.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1 Tullynahaw, Garvagh Glebe Windfarms, Ireland
Lot 2 Fullabrook Windfarm, United Kingdom
Lot 3 Woodhouse, Grouse Lodge Windfarms, Ireland
Lot 4 Crockagarron, Curryfree, Huntershill Windfarms, Northern Ireland
II.2)

Description

II.2.1)

Title

Tullynahaw, Garvagh Glebe Windfarms
Lot No:  1
II.2.2)

Additional CPV code(s)

31121320  -  Wind turbines
31121330  -  Wind turbine generators
31121331  -  Turbine rotors
31121340  -  Wind farm
II.2.3)

Place of performance

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

Description of the procurement

Lot 1 Tullynahaw, Garvagh Glebe Windfarms - Both Windfarms consist of Vestas V80 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion.
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: 120
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: 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: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on options will be included in tender documentation
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)

Description

II.2.1)

Title

Fullabrook Windfarm
Lot No:  2
II.2.2)

Additional CPV code(s)

31121320  -  Wind turbines
31121330  -  Wind turbine generators
31121331  -  Turbine rotors
31121340  -  Wind farm
II.2.4)

Description of the procurement

Lot 2 Fullabrook Windfarm - consisting of Vestas V90 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion.
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: 120
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: 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: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on options will be included in tender documentation.
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)

Description

II.2.1)

Title

Woodhouse, Grouse Lodge Windfarms
Lot No:  3
II.2.2)

Additional CPV code(s)

31121320  -  Wind turbines
31121330  -  Wind turbine generators
31121331  -  Turbine rotors
31121340  -  Wind farm
II.2.3)

Place of performance

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

Description of the procurement

Lot 3 Woodhouse, Grouselodge Windfarms - consisting of Nordex N90 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion.
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: 120
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: 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: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on Options will be included in tender documentation
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)

Description

II.2.1)

Title

Crockagarron, Curryfree, Huntershill Windfarms
Lot No:  4
II.2.2)

Additional CPV code(s)

31121320  -  Wind turbines
31121330  -  Wind turbine generators
31121331  -  Turbine rotors
31121340  -  Wind farm
II.2.3)

Place of performance

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

Description of the procurement

Lot 4 Crockagarron, Curryfree, Huntershill Windfarms - consisting of Nordex N90 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion
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: 120
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: 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: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on options will be included in tender documentation
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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 170268
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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 170268
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 170268
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 170268
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 170268
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 170268
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 a single operator
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:  29/06/2020
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.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 will be invited to tender, please note that the contracting entity reserves the right to invite at least 8 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.