Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 06/07/2020

External Reference: 2020-218437

TED Reference: 2020/S 132-324919

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

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: Aisling Horgan
Telephone: +353 659080418
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Hydro Water Control Equipment Maintenance and Overhaul Framework for Hydro Stations in Ireland
Reference number:  GWM9768
II.1.2)

Main CPV code

50000000  -  Repair and maintenance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Hydro Water Control Equipment Maintenance and Overhaul Framework for Hydro Stations in the republic of Ireland only.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.2)

Description

II.2.1)

Title

Western
Lot No:  1
II.2.2)

Additional CPV code(s)

44212310  -  Scaffolding
44212382  -  Floodgates
44212383  -  Lock gates
45259000  -  Repair and maintenance of plant
45442120  -  Painting and protective-coating work of structures
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000  -  Repair and maintenance services of machinery
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

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

Description of the procurement

This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The Scope of Works compromises of 5-yearly, 10-yearly and 20 yearly Mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB`s dams and rivers.
The disassembly, visual inspections & component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge Structures, Spillway/Intake Gates, Gear Boxes, Chains, Clutches, Seals, Rollers, Headstocks, etc.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Price
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 161488
II.2)

Description

II.2.1)

Title

Southern
Lot No:  2
II.2.2)

Additional CPV code(s)

44212310  -  Scaffolding
44212382  -  Floodgates
44212383  -  Lock gates
45259000  -  Repair and maintenance of plant
45442120  -  Painting and protective-coating work of structures
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000  -  Repair and maintenance services of machinery
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

Main site or place of performance:  
Lee Stations, Cork
II.2.4)

Description of the procurement

This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The Scope of Works compromises of 5-yearly, 10-yearly and 20 yearly Mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB`s dams and rivers.
The disassembly, visual inspections & component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge Structures, Spillway/Intake Gates, Gear Boxes, Chains, Clutches, Seals, Rollers, Headstocks, etc.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Price
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 161488
II.2)

Description

II.2.1)

Title

North Eastern
Lot No:  3
II.2.2)

Additional CPV code(s)

44212310  -  Scaffolding
44212382  -  Floodgates
44212383  -  Lock gates
45259000  -  Repair and maintenance of plant
45442120  -  Painting and protective-coating work of structures
50500000  -  Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000  -  Repair and maintenance services of machinery
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

Main site or place of performance:  
Erne and associated Stations, Donegal
II.2.4)

Description of the procurement

This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The Scope of Works compromises of 5-yearly, 10-yearly and 20 yearly Mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB`s dams and rivers.
The disassembly, visual inspections & component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge Structures, Spillway/Intake Gates, Gear Boxes, Chains, Clutches, Seals, Rollers, Headstocks, etc.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Price
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 161488

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

The procurement involves the establishment of a framework agreement
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: 2019/S 239-587729

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Western

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/07/2020
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

ATLANTIC PROJECTS COMPANY LIMITED
276990
3 MARINE ROAD
DUNLAOGHAIRE
DUNLAOGHAIRE CO DUBL
IE
Telephone: +353 12301843
Fax: +353 12301817

The contractor is an SME : no

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Southern

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/07/2020
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Buttimer Engineering
IE6393606M
Cahir Business Park
Cahir
Tipperary
IE
Telephone: +353 527441377
Fax: +353 527441087
Internet address: http://buttimer.com/

The contractor is an SME : no

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: North Eastern

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

01/07/2020
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

ATLANTIC PROJECTS COMPANY LIMITED
276990
3 MARINE ROAD
DUNLAOGHAIRE
DUNLAOGHAIRE CO DUBL
IE
Telephone: +353 12301843
Fax: +353 12301817

The contractor is an SME : no

Section VI: Complementary information

VI.3)

Additional information

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 framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
8) 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.
9) 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.
10) At Section II.2.9 we have indicated that 8 to be reviewed on a case-by-case basis will be invited to tender, please note that the contracting entity reserves the right to invite at least 8 to be reviewed on a case-by-case basis subject to that number qualifying.
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 procedures 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.