Contract notice - utilities

Information

Published

Date of dispatch of this notice: 26/06/2020

Expire date: 30/07/2020

External Reference: 2020-239402

TED Reference: 2020/S 124-304985

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: Michael Dalton
Telephone: +353 017026473
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=169361&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

Legionella Risk Assessment and Management Support
Reference number:  SS/CON/5339
II.1.2)

Main CPV code

71630000  -  Technical inspection and testing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Annual Legionella Risk Assessments including the provision of support to identify suitable remedial actions for any risks identified across the portfolio. ESB’s estate comprises of large office buildings mostly located in Dublin, 59 ESB Networks depots and 21 power generation stations located nationwide.
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

Legionella Risk Assessment and Management Support - Leinster
Lot No:  1
II.2.2)

Additional CPV code(s)

31161400  -  Primary water systems
65100000  -  Water distribution and related services
65110000  -  Water distribution
71313000  -  Environmental engineering consultancy services
71800000  -  Consulting services for water-supply and waste consultancy
79993100  -  Facilities management services
90913100  -  Tank-cleaning services
II.2.4)

Description of the procurement

Leinster - Complete annual Legionella Risk Assessments and include the provision of support to identify suitable remedial actions for any risks identified.
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: yes
Description of renewals:  
This will involve a 3 year contract with an option to extend by a further 2 + 2 years
II.2.9)

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

Envisaged number of candidates: 3
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)

Description

II.2.1)

Title

Legionella Risk Assessment and Management Support - Munster
Lot No:  2
II.2.2)

Additional CPV code(s)

31161400  -  Primary water systems
65100000  -  Water distribution and related services
65110000  -  Water distribution
71313000  -  Environmental engineering consultancy services
71800000  -  Consulting services for water-supply and waste consultancy
79993100  -  Facilities management services
90913100  -  Tank-cleaning services
II.2.4)

Description of the procurement

Munster - Complete annual Legionella Risk Assessments and include the provision of support to identify suitable remedial actions for any risks identified.
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: yes
Description of renewals:  
This will involve a 3 year contract with an option to extend by a further 2 + 2 years
II.2.9)

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

Envisaged number of candidates: 3
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)

Description

II.2.1)

Title

Legionella Risk Assessment and Management Support - Connacht & Ulster
Lot No:  3
II.2.2)

Additional CPV code(s)

31161400  -  Primary water systems
65100000  -  Water distribution and related services
65110000  -  Water distribution
71313000  -  Environmental engineering consultancy services
71800000  -  Consulting services for water-supply and waste consultancy
79993100  -  Facilities management services
90913100  -  Tank-cleaning services
II.2.4)

Description of the procurement

Connacht & Ulster - Complete annual Legionella Risk Assessments and include the provision of support to identify suitable remedial actions for any risks identified.
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: yes
Description of renewals:  
This will involve a 3 year contract with an option to extend by a further 2 + 2 years
II.2.9)

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

Envisaged number of candidates: 3
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

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 171901
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 169054
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 a single operator
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:  30/07/2020
Local time:  12:00
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

Duration in months : 6  (from the date stated for receipt of tender)

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.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: 
Precise information on deadline(s) for review procedures:
Interested parties must register their interest on the e-Tenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. 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 3 applicants will be invited to tender, please note that the contracting entity reserves the right to invite at least 3 applicants subject to that number qualifying.