Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 22/10/2020

External Reference: 2020-297473

TED Reference: 2020/S 209-511634

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

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.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Workplace and Facilities Management (FM) Services
Reference number:  ENQEIR704
II.1.2)

Main CPV code

79993100  -  Facilities management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This tender process is now complete. EirGrid intends to transition the Workplace and Facilities Management function so that it aligns with the Institute of Workplace and Facilities professional standards and competencies. The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  35200000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

72514100  -  Facilities management services involving computer operation
79993000  -  Building and facilities management services
II.2.3)

Place of performance

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

Description of the procurement

This tender process is now complete. EirGrid intends to transition the Workplace and Facilities Management function so that it aligns with the Institute of Workplace and Facilities professional standards and competencies. The high level structure of this approach to W&FM is summarised as follows: 1. Developing the role of workplace 2. FM strategy & policy development 3. Leadership & Management 4. Business Continuity & Compliance 5. Business support services management 6. Property portfolio management 7. Quality management and customer service 8. Finance & Technology 9. Contract Management and procurement 10. Energy & environmental management. The successful supplier will be required to deliver services aligned with this approach. The more specific scope of Requirement is expected to include, but is not limited to: Workplace and Facilities Management (W&FM), Performance Management, Building and plant Asset Management, Maintenance and repair, Cleaning & Housekeeping, Help Desk, Mail room, Copy and stationery, Security & Reception, Waste, Catering, Safety and Environment, Business Continuity and compliance, Projects, Landlord Services, External area management and Landscaping, Archiving and Business Services. The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Resources  /  Weighting:  10%
Quality criterion  -  Name:  Approach & Methodology - Approach to service  /  Weighting:  20%
Quality criterion  -  Name:  Approach & Methodology - Mobilisation & Exit Planning  /  Weighting:  5%
Quality criterion  -  Name:  Approach & Methodology - Helpdesk System  /  Weighting:  5%
Quality criterion  -  Name:  Approach & Methodology - Health, Safety, Environment & Quality  /  Weighting:  2.5%
Quality criterion  -  Name:  Approach & Methodology - Business Continuity  /  Weighting:  2.5%
Quality criterion  -  Name:  Approach & Methodology - Sustainability  /  Weighting:  5%
Quality criterion  -  Name:  Performance Management  /  Weighting:  10%
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  40%
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 3 years with the possibility to extend annually up to an additional 5 years, subject always to the satisfactory performance of the supplier.
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 total value of the procurement of €35,200,000 is the total estimated spend for the fixed term and the possible extensions.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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: 2020/S 034-081388

Section V: Award of contract

Contract No: 1

Title: Workplace and Facilities Management (FM) Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

21/10/2020
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  3
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:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

CBRE GWS (Ireland) Limited
IE9685275S
Level 3, Connaught House, One Burlington Road
Dublin
Dublin 4
IE
Telephone: +353 18293987

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Total value of the contract/lot:  35200000.00  EUR
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted

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