Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/04/2023

Expire date: 22/05/2023

External Reference: 2023-255578

TED Reference: 2023/S 081-245463

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
27 Fitzwilliam Street Lower
Dublin
Dublin
IE
Contact person: Lisa Sheridan
Telephone: +353 16765831
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=240852&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

Cable Infrastructure Framework
Reference number:  GWM14697
II.1.2)

Main CPV code

45232000  -  Ancillary works for pipelines and cables
II.1.3)

Type of contract

Works
II.1.4)

Short description

The scope of work for this Framework shall include the design, procurement and installation of the following:
Typical scope of work:
1. Trenching & ducting, installation of cable joint bays, communication chambers, link boxes on site and in public roadways.
2. Traffic management works
3. Horizontal Directional Drilling (HDD)
4. Road opening licenses
5. Duct proving
6. Site Accommodation for the Employer & Engineer
7. Fulfilling the role of Project Supervisor Construction Stage (PSCS) during the Works,
8. Pre-construction surveys
9. Discharge of Planning Conditions
10. Passing bays
11. Stream Crossings
12. Drainage works
13. Environmental mitigations and monitoring
14. Concrete works
15. On site & offsite scrub clearance/tree felling
16. Hardstanding areas and platforms
17. Civil works attendance to other contractors on site
18. Reinstatement
II.1.5)

Estimated total value

Value excluding VAT: 37000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45200000  -  Works for complete or part construction and civil engineering work
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The scope of work for this Framework shall include the design, procurement and installation of the following:
Typical scope of work:
1. Trenching & ducting, installation of cable joint bays, communication chambers, link boxes on site and in public roadways.
2. Traffic management works
3. Horizontal Directional Drilling (HDD)
4. Road opening licenses
5. Duct proving
6. Site Accommodation for the Employer & Engineer
7. Fulfilling the role of Project Supervisor Construction Stage (PSCS) during the Works,
8. Pre-construction surveys
9. Discharge of Planning Conditions
10. Passing bays
11. Stream Crossings
12. Drainage works
13. Environmental mitigations and monitoring
14. Concrete works
15. On site & offsite scrub clearance/tree felling
16. Hardstanding areas and platforms
17. Civil works attendance to other contractors on site
18. Reinstatement
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 37000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
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: 6
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID239503
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 239503
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 Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 239503
III.1.6)

Deposits and guarantees required

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 239503
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 239503
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 Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 239503
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 239503
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 several operators
Envisaged maximum number of participants to the framework agreement:  6
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:  22/05/2023
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 239503
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