Contract notice - utilities

Information

Published

Date of dispatch of this notice: 12/08/2016

Expire date: 09/09/2016

External Reference: 2016-850387

TED Reference: 2016/S 157-285071

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
27 Lower Fitzwilliam Street
Dublin
2
IE
Contact person: Catherine Ward
Telephone: +353 17026019
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=99622&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

Drainage Repairs Moneypoint and Aghada Generating Stations
Reference number:  GWM4711
II.1.2)

Main CPV code

45111240  -  Ground-drainage work
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB invites expressions of interest for the following: Repairs to storm and foul water drainage infrastructure, with a range of pipe repairs based on CCTV findings including patching, lateral cuts, relining, excavation repairs and manhole sealing. Following repair work, hydrostatic pressure testing to EN1610 is to be carried out on the repaired infrastructure. Location of services Moneypoint Power Station, Kilrush Co Clare and may also include some work in Aghada Power Station. Co Cork.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

33141640  -  Drain
44160000  -  Pipeline, piping, pipes, casing, tubing and related items
44163111  -  Drain pipes
44163112  -  Drainage system
45232400  -  Sewer construction work
45232453  -  Drains construction work
45332300  -  Drain-laying work
90491000  -  Sewer survey services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

ESB invites expressions of interest for : CCTV Survey of drainage infrastructure, determined by previous testing, with a range of pipe repairs based on the CCTV findings including patching, lateral cuts, relining and excavation repairs. Following repair work, hydrostatic pressure testing to EN1610 is to be carried out on the repaired infrastructure. Location of services Moneypoint Power Station and may include some work in Aghada Power Station
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: 6
This contract is subject to renewal: no
II.2.9)

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

Envisaged minimum number: 5  /  Maximum number: 9
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
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.2.14)

Additional information

Please consult the associated documentation which contains full instructions regarding the submission of tenders and is available to download from: www.etenders.gov.ie using RFT ID 105862

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 documents available to download from: www.etenders.gov.ie using RFT ID 105862
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: Applicants will be assessed on the basis of the criteria and rules set our in the procurement documents available to download from: www.etenders.gov.ie using RFT ID 105862
III.1.6)

Deposits and guarantees required

Will be set out in the tender documents
III.1.7)

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

Will be set out in the tender documents
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

If the tender is submitted by a group of suppliers then those suppliers, if awarded the contract, shall assume such legal form by corporation, partnership or otherwise as will enable them to contract as a single entity and assume joint and severable responsibility.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Will be set out in the tender documents.
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.1.4)

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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2015/S 248-453128
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/09/2016
Local time:  16:00
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

ESB is inviting interested parties to register their interest on the e-tenders website - the Irish Government's e-tendering platform (www.etenders.gov.ie). There are no costs associated with registration. All information relating to and including the pre-qualification documents, any clarifications or changes will be issued/published via this portal.The Contracting entity will not accept responsibility for information relayed (or not relayed) via third parties.
It is ESB's preference that this contract be awarded as a single lot to a single contractor. However ESB reserves the right to divide the work into lots. Tenderers must be able to provide all of the services required for this contract i.e.Repairs to storm and foul water drainage infrastructure, with a range of pipe repairs based on CCTV findings including patching, lateral cuts, relining, excavation repairs and manhole sealing. Following repair work, hydrostatic pressure testing to EN1610 is to be carried out on the repaired infrastructure.
1. This is the sole Call for Competition for this service
2. The Contracting Entity will not be responsible for any costs charges or expenses incurred by candidates or tenderers.
3. 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.
4. 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.
5. It is ESBs intention to shortlist suitable candidates.
6. The negotiated procedure will be used, however, the contracting entity retains the option to accept initial bids without further negotiations.
7. Award to Runner Up - If for any reason it is not possible to conclude the contract with the designated successful tenderer emerging from this competitive process, ESB reserves the right to award the contract to the next highest scoring tenderer on the basis of the terms advertised. This shall be without prejudice to the right of ESB to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
The Pre-Qualification Questionnaire is available to be down-loaded from the e-tenders web-site. Reference 105862
All requests for clarification in respect of the documents must be received on or before close of business on 1st September 2016 time 17:00
The Pre-Qualification Questionnaire must be completed and uploaded via http://etenders.gov.ie/ no later than 9th September 2016 at 16:00.
The responses received will be evaluated and used in drawing up a tender list.
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.
VI.5)

Date of dispatch of this notice

16/08/2016