Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.etenders.gov.ie
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
Production, transport and distribution of gas and heat
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Multi-Supplier Framework for the Provision of SMEs in Energy Efficiency Services to Ervia.
Reference number: 17/184
II.1.2)Main CPV code
71314300
II.1.3)Type of contract
Services
II.1.4)Short description:
This competition is for the establishment of a multi supplier framework for Engineering, Technical and professional expertise for the provision of subject matter services and consultancy advice on Energy Efficiency.
The Framework will be split into the following Lots:
— Lot 1 — Energy Efficient Project Development and Delivery;
— Lot 2 — Energy Efficient Professional and Technical Services.
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:
Energy Efficient Project Development and Delivery
Lot No: 1
II.2.2)Additional CPV code(s)
71314000
71314200
71530000
71621000
71800000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
Complete site audits, investigations, measurements and calculations to identify and evaluate energy efficiency opportunities. Analyse energy consumption and other data to identify and evaluate energy performance, efficiency and cost saving opportunities. Prepare the financial and performance justifications (payback analysis, ROI, IRR, NPV etc.) Further details in ITT for potential energy efficiency and cost saving projects.
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.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
It is intended that the Framework Agreement will be established for a term of three years with 2 annual options to extend for a further 1 year period, to a maximum cumulative term of 5 years, at the sole discretion of the Contracting Entity.
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
Documents are available to all candidates who register their interest through e-tenders. All queries for clarification must be submitted via email MjE2ZF9kVV5UVWJjMFViZllRHllV Your submission must be completed and returned to the address detailed in the attached document not later than 12:00 Wednesday 3.1.2018.
II.2)Description
II.2.1)Title:
Energy Efficient Professional and Technical Services
Lot No: 2
II.2.2)Additional CPV code(s)
71314000
71314200
71530000
71621000
71800000
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
II.2.4)Description of the procurement:
Assist in the implementation, assessment and development of Irish Water Energy Efficient Design standard. Assist in the drafting of best available techniques reference document for energy efficiency in water and waste-water services. Assist in the development of energy efficiency and renewable energy specifications standards and guidance. Assist in the implementation, assessment and development of an effective energy management system. Further details in ITT.
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.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
It is intended that the Framework Agreement will be established for a term of 3 years with 2 annual options to extend for a further 1 year period, to a maximum cumulative term of 5 years, at the sole discretion of the Contracting Entity.
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
Documents are available to all candidates who register their interest through e-tenders. All queries for clarification must be submitted via email to MTJyY2xiY3BxPmNwdGdfLGdj Your submission must be completed and returned to the address detailed in the attached document not later than 12:00 Wednesday 3.1.2018.
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:
Refer to tender documents.
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:
Refer to tender documents.
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:
Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate, but may if the Contracting Entity considers it necessary to ensure that the contract is carried out to its satisfaction, be required to do so prior to award of the contract. The Contracting Entity also reserves the right to contract with each member of the group on the basis of joint and several liability, or with one member of the group as a main contractor with a number of sub-contractors or on any other basis as the Contracting Entity considers appropriate.
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
Open procedure
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: no
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: 03/01/2018
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, Irish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 03/01/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Documents are available to all candidates who register their interest through e-tenders. All queries for clarification must be submitted via email to MTFzZG1jZHFyP2RxdWhgLWhk The questionnaire must be completed and returned to the address detailed in the attached document not later than 12:00 Wednesday 3.1.2018.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Please refer to Statutory Instrument 131 of 2010, European Communities (Award of Contracts by Utility Undertaking) (Review Procedures) Regulations 2010 (and in particular Regulation 7 and 10(2)).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
15/11/2017