Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
Ecological Consultancy Services.
Reference number: BS299A2505
II.1.2)Main CPV code
90700000
II.1.3)Type of contract
Services
II.1.4)Short description:
ESB Group has a requirement for external support to the in-house team, in the form of specialist Ecological Consultancy Services, in order to manage ecological aspects of its own activities and the provision of services to its clients, mainly in the Republic of Ireland, Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wind farm, solar and biomass) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland and Northern Ireland. ESB Group has a statutory role in relation to the management of fisheries in the River Shannon, Erne, Lee, Clady and Liffey catchments. ESB Group also owns and operates a tele-coms network throughout Ireland.
II.1.5)Estimated total value
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:
Terrestrial Ecology Consultancy Services
Lot No: 1
II.2.2)Additional CPV code(s)
90700000
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
ESB Group has a requirement for external support to the in-house team, in the form of specialist Ecological Consultancy Services, in order to manage ecological aspects of its own activities and the provision of services to its clients, mainly in the Republic of Ireland, Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wind farm, solar and biomass) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland and Northern Ireland. ESB Group has a statutory role in relation to the management of fisheries in the River Shannon, Erne, Lee, Clady and Liffey catchments. ESB Group also owns and operates a telecoms network throughout Ireland.
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
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: 12
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
ESB reserves the right to extend the framework for 2 years and again by a further 2 years (potential total extension — 4 years).
II.2.12)Information about electronic catalogues
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 119527.
II.2)Description
II.2.1)Title:
Aquatic Ecology Consultancy Services (Freshwater and Marine Environments)
Lot No: 2
II.2.2)Additional CPV code(s)
90700000
II.2.3)Place of performance
NUTS code: IE
II.2.4)Description of the procurement:
ESB Group has a requirement for external support to the in-house team, in the form of specialist Ecological Consultancy Services, in order to manage ecological aspects of its own activities and the provision of services to its clients, mainly in the Republic of Ireland, Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wind farm, solar and biomass) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland and Northern Ireland. ESB Group has a statutory role in relation to the management of fisheries in the River Shannon, Erne, Lee, Clady and Liffey catchments. ESB Group also owns and operates a telecoms network throughout Ireland.
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
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: 12
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
ESB reserves the right to extend the framework for 2 years and again by a further 2 years (potential total extension — 4 years).
II.2.12)Information about electronic catalogues
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 119527.
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 Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 119527.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 119527.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 119527.
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where a grouping of service providers express interest, it will be a requirement of ESB that 1 member of the group accepts full contractual responsibility for the delivery of the service. Where appropriate, the intended contractually responsible member of any grouping or consortium must be identified in the response notice.
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/07/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
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 up to 10 participants subject to that number qualifying;
For Lot 2 envisaged number is up to 8 participants subject to that number qualifying.
VI.4)Procedures for review
VI.4.1)Review body
Chief Registrar
Four Courts, Inns Quay
Dublin
7
Ireland
Telephone: +353 1888600
Internet address:http://www.courts.ie
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
16/06/2017