Contract notice - utilities

Information

Published

Date of dispatch of this notice: 24/04/2019

Expire date: 29/05/2019

External Reference: 2019-271339

TED Reference: 2019/S 083-198077

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
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Clare Rogers
Telephone: +353 17027705
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=145985&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

DC Pension Scheme Administrator & Delivery of Investment Consulting Services
Reference number:  SS/CON/4602
II.1.2)

Main CPV code

66520000  -  Pension services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Lots will have the following non-exhaustive high level scope:
Lot 1
The facilitation of all the Pension Administration for the Defined Contribution scheme. It is proposed that the Contract will include the following:
• The facilitation of all the Pension Administration for the Defined Contribution Scheme
• Administration
• Provision of secretarial services to the Trustee board
• Member Services
• Communications
• Additional Consultancy services not forming part of above
Lot 2
Delivery of investment consulting services in a cost effective and timely manner to the Trustees of the Scheme and to ESB Pensions
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

Administration Services to the Trustees and members of ESB Defined Contribution Pension Scheme
Lot No:  1
II.2.2)

Additional CPV code(s)

66523100  -  Pension fund administration services
II.2.4)

Description of the procurement

Lot 1
It is proposed that the Contract will include the following:
• The facilitation of all the Pension Administration for the Defined Contribution Scheme
• Administration
• Provision of secretarial services to the Trustee board
• Member Services
• Communications
• Additional Consultancy services not forming part of above
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: 36
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: 5
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 and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the duration of this contract is for 3 years (36 months) with the option to extend for an additional 2 years.
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 will be available to download from www.etenders.gov.ie using RFT ID 149858 following the publication of the notice in the EU Journal.
II.2)

Description

II.2.1)

Title

Delivery of investment consulting services in a cost effective and timely manner to the Trustees of the Scheme and to ESB Pensions
Lot No:  2
II.2.2)

Additional CPV code(s)

66523000  -  Pension fund consultancy services
66520000  -  Pension services
II.2.4)

Description of the procurement

Delivery of investment consulting services in a cost effective and timely manner to the Trustees of the Scheme and to ESB Pensions
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: 36
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: 5
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 and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
At the date of issuing this PQQ it is envisaged that the duration of this contract is for 3 years (36 months) with the option to extend for an additional 2 years.
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 will be available to download from www.etenders.gov.ie using RFT ID 149858 following the publication of the notice in the EU Journal.

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 149858 following the publication of the notice in the EU Journal.
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.2)

Conditions related to 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:  2
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:  29/05/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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

Section IV.1.3) above refers.
Envisaged maximum number of participants to the framework agreement:
For Lot 1 envisaged number is 1 participant subject to that number qualifying;
For Lot 2 envisaged number is 1 participant subject to that number qualifying;
1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. 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
2) This is the sole call for competition for this service.
3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant.
6) If for any reason it is not possible to admit to the contract one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the contract, the contracting entity reserves the right to invite the next highest scoring tenderer to join the contract and/or deliver the contract as appropriate to the circumstances pertaining to the said contract.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the contract at any time.
8) 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.
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. Review procedure are available in the High Court to a person who has or has had an interest in obtaining the framework agreement / contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement / contract.