Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/09/2021

Expire date: 26/10/2021

External Reference: 2021-253386

TED Reference: 2021/S 186-484917

Contract notice - utilities

Contract notice – utilities

Supplies

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: Lisa Sheridan
Telephone: +353 16765831
NUTS code:  IE -  IRELAND
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=197900&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

Battery Storage System (BESS)
Reference number:  GWM13327
II.1.2)

Main CPV code

31440000  -  Batteries
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

ESB intends to set up a single supplier framework for the supply of battery energy storage systems (BESS) & Maintenance which are to be deployed at the sites of large industrial / commercial customers in Great Britain (GB) and Ireland. These industrial sites are already included in an aggregated Demand Response Portfolio. The BESS will be integrated into and operated within the customers Demand Control System and an aggregated Demand Response Portfolio.
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

Battery Storage Systems (BESS) in the Republic of Ireland
Lot No:  1
II.2.2)

Additional CPV code(s)

71321000  -  Engineering design services for mechanical and electrical installations for buildings
71323000  -  Engineering-design services for industrial process and production
71330000  -  Miscellaneous engineering services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

ESB intends to set up a single supplier framework for the supply of battery energy storage systems (BESS) & Maintenance which are to be deployed at the sites of large industrial / commercial customers in Great Britain (GB) and Ireland. These industrial sites are already included in an aggregated Demand Response Portfolio. The BESS will be integrated into and operated within the customers Demand Control System and an aggregated Demand Response Portfolio.
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: 84
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: 7
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on any options will be provided in the 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

Battery Storage Systems (BESS) in Northern Ireland and Great Britain
Lot No:  2
II.2.2)

Additional CPV code(s)

71321000  -  Engineering design services for mechanical and electrical installations for buildings
71323000  -  Engineering-design services for industrial process and production
71330000  -  Miscellaneous engineering services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

ESB intends to set up a single supplier framework for the supply of battery energy storage systems (BESS) & Maintenance which are to be deployed at the sites of large industrial / commercial customers in Great Britain (GB) and Ireland. These industrial sites are already included in an aggregated Demand Response Portfolio. The BESS will be integrated into and operated within the customers Demand Control System and an aggregated Demand Response Portfolio.
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: 84
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on any options will be provided in the 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 198804
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 198804
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 198804
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 198804
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 198804
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 198804
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:  25/10/2021
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 : 12  (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 invoicing will be accepted
VI.3)

Additional information

It Is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (e-Tenders RFT ID 19908). Registration is free of charge. Interested parties must register their interest for the PQQ on the eTenders website. Once you have registered your interest please forward a message in eTenders to request the PQQ documentation and the documentation will then be forwarded to you. 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. Further information on this procurement competition is set out in the Pre-Qualification documentation available on request.
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.4.2)

Body responsible for mediation procedures

Chief Registrar
Four Courts, Inns Quay
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

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie