Contract notice - utilities

Information

Published

Date of dispatch of this notice: 22/05/2020

Expire date: 26/06/2020

External Reference: 2020-269874

TED Reference: 2020/S 102-247017

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: Peter Coughlan
Telephone: +353 17026299
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=167416&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

Cultural Heritage Services
Reference number:  SSCON 3189
II.1.2)

Main CPV code

71351720  -  Geophysical surveys of archaeological sites
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity intends to procure a consultancy services framework contract for the provision of Cultural Heritage Consultancy Services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  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

Onshore Cultural Heritage Consultancy Services
Lot No:  1
II.2.2)

Additional CPV code(s)

45112450  -  Excavation work at archaeological sites
71351811  -  Topographical surveys of archaeological sites
71351914  -  Archaeological services
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a consultancy services framework contract for the provision of Cultural Heritage Consultancy Services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wave, wind, solar and biomass facilities) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland (ROI), Northern Ireland and Great Britain. ESB Group also own and operates a telecoms network throughout the island of Ireland.
The scope of the Cultural Heritage Consultancy Services will be provided in 2 Lots (Lot 1 – Onshore & Lot 2 Offshore). Typically, the scope of works for this Framework shall include the services as outlined in the PQQ, however tenderers should note that the detailed scope and contracting strategy for each project will be determined at the mini-tender stage.
Applicants can apply for lot 1 exclusively or lot 2 exclusively. Applicants can also apply for both lots collectively. One applicant can win both lots or each lot can be won by 2 individual applicants.
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: 2000000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Provided that a sufficient number of Applicants are qualified to be considered for shortlisting, following application of the procedures set out in the PQQ, it is anticipated that at least the 10 highest-scored Applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
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 the framework will be for a minimum of three years. ESB reserves the right to extend the framework for a further 60 months, in six-month increments (potential total of eight 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 refer to the individual instructions for submission of bids relevant to each tender issued via the system.
II.2)

Description

II.2.1)

Title

Offshore Cultural Heritage Consultancy Services
Lot No:  2
II.2.2)

Additional CPV code(s)

45112450  -  Excavation work at archaeological sites
71351811  -  Topographical surveys of archaeological sites
71351914  -  Archaeological services
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a consultancy services framework contract for the provision of Cultural Heritage Consultancy Services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wave, wind, solar and biomass facilities) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland (ROI), Northern Ireland and Great Britain. ESB Group also own and operates a telecoms network throughout the island of Ireland.
The scope of the Cultural Heritage Consultancy Services will be provided in 2 Lots (Lot 1 – Onshore & Lot 2 Offshore). Typically, the scope of works for this Framework shall include the services as outlined in the PQQ, however tenderers should note that the detailed scope and contracting strategy for each project will be determined at the mini-tender stage.
Applicants can apply for lot 1 exclusively or lot 2 exclusively. Applicants can also apply for both lots collectively. One applicant can win both lots or each lot can be won by 2 individual applicants.
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: 2000000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Provided that a sufficient number of Applicants are qualified to be considered for shortlisting, following application of the procedures set out in the PQQ, it is anticipated that at least the 10 highest-scored Applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
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 the framework will be for a minimum of three years. ESB reserves the right to extend the framework for a further 60 months, in six-month increments (potential total of eight 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 refer to the individual instructions for submission of bids relevant to each tender issued via the system.

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 170076
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 170076
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 170076

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:  5
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:  26/06/2020
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

Duration in months : 6  (from the date stated for receipt of tender)

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 payment will be used
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