Contract notice

Information

Published

Date of dispatch of this notice: 23/10/2020

Expire date: 26/11/2020

External Reference: 2020-220666

TED Reference: 2020/S 210-513433

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Anthony Flood
Telephone: +353 012370123
Fax: +353 016615375
Internet address(es):
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=176516&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:  Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Commercial Management Services
Reference number:  ENQEIR732
II.1.2)

Main CPV code

79400000  -  Business and management consultancy and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid intends to establish a single supplier framework for the provision of Commercial Management Services. EirGrid intends to utilise, as necessary, a flexible 3rd party resourcing model and has a requirement for the provision of specialised commercial resources and services from a strategic partner. The provision of services and allocation of resources shall be outlined for each assignment in order to best meet the EirGrid’s requirement. It is intended that this shall be a flexible approach to provision of service where services may be through a managed service type role, where the Consultants personnel can work either remotely or in the EirGrid offices on a part time or full time basis, or through a more traditional form of consultancy advice which can be provided offsite. There may also be a requirement for a combination of these two approaches.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

72224000  -  Project management consultancy services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)

Place of performance

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

Description of the procurement

EirGrid intends to establish a single supplier framework for the provision of Commercial Management Services. EirGrid intends to utilise, as necessary, a flexible 3rd party resourcing model and has a requirement for the provision of specialised commercial resources and services from a strategic partner. The provision of services and allocation of resources shall be outlined for each assignment in order to best meet the EirGrid’s requirement. It is intended that this shall be a flexible approach to provision of service where services may be through a managed service type role, where the Consultants personnel can work either remotely or in the EirGrid offices on a part time or full time basis, or through a more traditional form of consultancy advice which can be provided offsite. There may also be a requirement for a combination of these two approaches.
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie
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: 10000000.00  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: 5
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement period will be for an initial duration of five years with the option to extend annually for up to an additional three years, subject always to the satisfactory performance of the supplier.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Celtic Interconnector Project
II.2.14)

Additional information

The estimated Framework value is based on current and potential future project requirements and is not a guaranteed contract value

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

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

III.2.2)

Contract performance conditions

See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive procedure with negotiation
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Project duration and requirements may exceed 5 years
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.1.5)

Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:  26/11/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 17/12/2020
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  01/07/2021

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to beincluded on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie)only. Registration is free of charge. The contracting authority 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 authority will not be responsible for any costs, charges or expenses incurred by candidates ortenderers.
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 and are in a position to produce a valid taxclearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following theconclusion of this competitive process, the contracting authority reserves the right to award the contract to thenext ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or anycontract awarded.
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 casesit should be understood that such indications are to be treated strictly and solely for reference purposes only, towhich the words ‘or equivalent’ will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in aclarification process in respect of questionnaires with missing or incomplete information. Therefore, candidatesare advised to ensure that they return fully completed questionnaires in order to avoid the risk of eliminationfrom the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
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: 
Precise information on deadline(s) for review procedures:
The contracting authority will not conclude this contract to which a standstill period applies in accordancewith Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the dayfollowing the date of notification on concerned candidates and tenderers. The duration of the standstill periodwill be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where theseare sent by any other means. The Statutory Instrument mentioned above provides that review proceduresare available in the High Court to a person who has or has had an interest in obtaining the reviewable publiccontract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the lawin relation in this contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay
Dublin
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie