Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2018

Expire date: 25/01/2019

External Reference: 2018-278540

TED Reference: 2018/S 248-573589

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Commission for Regulation of Utilities
The Grain House, The Exchange, Belgard Square North
Tallaght
Dublin 24 D24 PXW0
IE
Contact person: Tuan Keane
Telephone: +353 14000800
Internet address(es):
Main address: http://www.cru.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=140094&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.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Regulatory Body

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Consultancy Support for Electricity Transmission & Distribution Revenue Controls (2021-2025)
Reference number:  011-03-393
II.1.2)

Main CPV code

71621000  -  Technical analysis or consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Commission for Regulation of Utilities (CRU) is Ireland’s independent energy and water regulator.
We have a wide range of economic, customer protection and safety responsibilities in energy and water. TheCRU’s mission is to regulate water, energy and energy safety in the public interest. The work of the CRUimpacts every Irish home and business, by ensuring safe, secure and sustainable energy and water supplies at a reasonable cost. The sectors we regulate underpin Irish economic competitiveness, investment and growth,while also contributing to our international obligations to address climate change.
A detailed specification of requirements is set out in Appendix 1 of the Request for Tender document available to download from www.etenders.gov.ie
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
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

Technical and Economic Advice
Lot No:  1
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
II.2.3)

Place of performance

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

Description of the procurement

The services comprise expert technical, economic consultancy and financial services to assist in the setting of allowed revenues for electricity network companies (Distribution System Operator, Transmission System Operator, and Transmission Asset Owner) for the period 2021 to 2025. The successful tenderer will provide advice on the network companies operational expenditure, capital expenditure and other associated items. The open procedure is being used for this Competition
This competition is divided into two Lots:
Lot 1: Technical and economic advice
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: 630000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
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

Financial Advice
Lot No:  2
II.2.2)

Additional CPV code(s)

66171000  -  Financial consultancy services
II.2.3)

Place of performance

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

Description of the procurement

The services comprise expert technical, economic consultancy and financial services to assist in the setting of allowed revenues for electricity network companies (Distribution System Operator, Transmission System Operator, and Transmission Asset Owner) for the period 2021 to 2025. The successful tenderer will provide advice on the network companies operational expenditure, capital expenditure and other associated items. The open procedure is being used for this Competition
Lot 2: Financial advice
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: 120000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
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:  Refer to Part III of the Request for Tender Document
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Refer to Part III of the Request for Tender Document
Minimum level(s) of standards possibly required:  
Refer to Part III of the Request for Tender Document
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Refer to Part III of the Request for Tender Document
Minimum level(s) of standards possibly required:  
Refer to Part III of the Request for Tender Document
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to Part III of the Request for Tender Document

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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:  25/01/2019
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

Tender must be valid until:  31/07/2019
IV.2.7)

Conditions for opening of tenders

Date:  25/01/2019
Local time:  12:00

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

The High CourtChief Registrar
Four Courts
Inns Quay
Dublin 7
IE
Internet address: www.courts.ie