Contract notice - utilities

Information

Published

Date of dispatch of this notice: 06/05/2020

Expire date: 08/06/2020

External Reference: 2020-240519

TED Reference: 2020/S 090-215607

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
[Contactpoint]: Aisling Horgan
[AddressPhone]: +353 879851560
[AddressEmail]: aisling.horgan@esb.ie
[Internets]:
[UrlGeneral]: http://www.esb.ie

I.2)

[JointProcurement]

[JointProcurementCentral]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=166291&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Statutory Inspection of Equipment in Wind Farms and Turbines and ESB Generating Stations
[Fileref]:  GWM11411
II.1.2)

[CpvMain]

71631000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

Statutory Inspection of Equipment in Wind Farms and Turbines and ESB Generating Stations
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
[LotsMaxAwarded]:  2
[LotsCombinationPossible]:  
Lot 1 and Lot 2
II.2)

[Description]

II.2.1)

[TitleContract]

Statutory Inspection of Equipment in Wind Farms and Turbines
[LotNumber]:  1
II.2.2)

[CpvAdditional]

71631000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
UK and Ireland
II.2.4)

[DescrProcurement]

Require a competent company to provide statutory and periodic inspections services in wind turbines and windfarm buildings in Ireland and Britain.
It is proposed that the Contract will include anchor points, internal cranes, fire extinguishers, first aid kits, passenger lifts, PAT testing, fire alarm test, load bearing shelves, miscellaneous lifting tools and equipment or the like.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
8 years in duration (5 years + 3 years subject to renewal review annually)
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
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 3 firms will be invited to tender, subject to that number qualifying.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Options are purely at the discretion of the contracting entity (eg. Additional years/volumes etc) and can be caveated as subject to:
o Satisfactory performance;
o Budget availability;
o Ongoing business need;
o Relevant approvals;
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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 169020.
II.2)

[Description]

II.2.1)

[TitleContract]

Statutory Inspection of Equipment in ESB Generating Stations
[LotNumber]:  2
II.2.2)

[CpvAdditional]

71631000  - 
II.2.4)

[DescrProcurement]

The Contracting Entity intends to procure statutory and periodic inspections of lifting equipment in ESB Generating Stations.
However, the Contract may also include internal cranes, fire extinguishers, first aid kits, passenger lifts, PAT testing, fire alarm test, load bearing shelves, as well as lifting tools and equipment or the like.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
8 years in duration (5 years + 3 years subject to renewal review annually)
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
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 3 firms will be invited to tender, subject to that number qualifying.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Options are purely at the discretion of the contracting entity (eg. Additional years/volumes etc) and can be caveated as subject to:
o Satisfactory performance;
o Budget availability;
o Ongoing business need;
o Relevant approvals;
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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 169020.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 169020
III.1.2)

[EconomicFinancialStanding]

[InfoEvaluatingWethRequir]:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 169020
[MinStandardsRequired]:  
• Reference to compliance with Article 57 regarding bankruptcy, corruption, etc.
• Rules relating to insurances, financials, taxation, etc.
- Set out in Pre-Qualification Questionnaire
III.1.3)

[TechnicalCapacity]

[InfoEvaluatingWethRequir]:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 169020
[MinStandardsRequired]:  
Set out in Pre-Qualification Questionnaire
III.2)

[ConditionsContract]

III.2.1)

[ParticularProfessionInfo]

[ParticularProfessionReserved]
[RefLawRegProv]:  
Written systems of examination shall be in accordance with recognised standards or codes of practice and shall be approved in writing by a competent Chartered Engineer.
SH&W Legislation means for the Republic of Ireland, the Safety, Health & Welfare at Work Act 2005 as subsequently amended, modified or replaced and the Safety, Health & Welfare at Work (Construction) Regulations 2013 (S.I. No. 291 of 2013) as amended, modified or replaced, and all regulations issued under the 2005 Act or otherwise in connection with health and safety; and Health and Safety at Work Act 1974, Provision and Use of Work Equipment Regulation 1998, Lifting Operations and Lifting Equipment Regulations 1998 and the latest applicable equivalent in Northern Ireland or Great Britain.
Specific to Lot 1 Wind Turbine Safety Rules (WTSR): the company shall have adopted and implemented WTSR for their own organisation and have their own AWP/ROP and AT/CT. AT could be restricted AT to apply mechanical isolation only
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSeveral]
[FrameworkParticipEnvis]:  2
IV.1.4)

[ReductionDuringDialogue]

[ReductionRecourse]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2014/S 143-257926
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  08/06/2020
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  08/06/2021

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [Yes]
[FurtherNoticesTiming]:  
8 years
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

Suggested text:
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 3 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 3 be reviewed on a case-by-case basis subject to that number qualifying.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
[AddressPhone]: +353 18886000

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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.