Electricity Supply Board proposes procuring the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters (SEMs) and the performance of remedial works to the meter installation at premises, under a multi-contractor Framework Agreement. As part of these works it is envisaged that the framework contractors will provide an end-to-end service to ESB from deployment planning and mobilisation, customer engagement, customer contact and appointment scheduling, stakeholder management and material logistics management through to meter exchange and commissioning. This procurement process is intended for the meter exchange up to a maximum of 250 000 SEMs in Phase 1. It is envisaged that up to a further 1 000 000 SEM exchanges in Phase 2 and a further 1 000 000 SEM exchanges in Phase 3 may be required under the Framework Agreements.
Deadline
The time limit for receipt of tenders was 2018-05-09.
The procurement was published on 2018-03-28.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contract notice (2018-03-28) Object Scope of the procurement
Title: Electrical installation work
Reference number: D20/CON/865
Short description:
โElectricity Supply Board proposes procuring the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity...โ
Short description
Electricity Supply Board proposes procuring the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters (SEMs) and the performance of remedial works to the meter installation at premises, under a multi-contractor Framework Agreement. As part of these works it is envisaged that the framework contractors will provide an end-to-end service to ESB from deployment planning and mobilisation, customer engagement, customer contact and appointment scheduling, stakeholder management and material logistics management through to meter exchange and commissioning. This procurement process is intended for the meter exchange up to a maximum of 250 000 SEMs in Phase 1. It is envisaged that up to a further 1 000 000 SEM exchanges in Phase 2 and a further 1 000 000 SEM exchanges in Phase 3 may be required under the Framework Agreements.
Show more Notice metadata
Original language: English ๐ฃ๏ธ
Document type: Contract notice
Nature of contract: Works
Regulation: European Union, with participation of GPA countries
Common procurement vocabulary (CPV)
Code: Electrical installation work๐ฆ
Additional CPV: Electricity meters๐ฆ Place of performance
NUTS region: รire/Ireland๐๏ธ
Procedure
Procedure type: Negotiated procedure
Type of bid: Submission for all lots
Award criteria
The most economic tender
โPlease note the following in relation to Notice sections above.
(IV.1.3) โ Number of Participants to the Framework Agreement 3.
The number of 3 stated in...โ
Additional information
Please note the following in relation to Notice sections above.
(IV.1.3) โ Number of Participants to the Framework Agreement 3.
The number of 3 stated in Section IV.1.3 is an estimate only of the final number of contractors that may be required. The final number of contractors appointed to the framework agreement will depend on the contractor resource capacity of those ultimately determined by the Contracting Entity to have submitted the most economically advantageous tenders in accordance with the award criteria for the enquiry. The final number of contractors admitted to the framework agreement will be that number determined by the Contracting Entity to be sufficient to meet the framework agreement requirements and may be more or less than 3. More information will be set out in the Request for Tender, at that stage of the Procurement process.
(III.2.3) โ Information about staff responsible for the performance of the contract โ "Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract".
As stated in the PQQ available to download on www.etenders.gov.ie using RFT ID 131930, Applicants that successfully pre-qualify and are subsequently Request for Tender will be required to provide detailed information in their tender response in relation to their employees/staff including, but not limited to the names, qualifications of the employees/staff they propose to assign to works that may arise under the framework agreement. More information will be set out in the Request for Tender, at the stage of the Procurement process.
Please also note:
Incomplete Pre-Qualification Questionnaires (PQQ) and/or missing information/documentation may be rejected by the Contracting Entity. Therefore, Applicants are advised to ensure that they return FULLY COMPLETED QUESTIONNAIRES in order to avoid the risk of elimination from the Procurement process on the basis of incomplete questionnaire.
To receive information in relation to the Pre-Qualification Questionnaire including any amendments and/or clarifications and to request any clarifications and/or to respond to the PQQ, you must register your interest for this process on etenders system - www.etenders.gov.ie at RFT ID 131930.
Object Scope of the procurement
Short description:
โElectricity Supply Board proposes procuring the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity...โ
Short description
Electricity Supply Board proposes procuring the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters (SEMs) and the performance of remedial works to the meter installation at premises, under a multi-contractor Framework Agreement. As part of these works it is envisaged that the framework contractors will provide an end-to-end service to ESB from deployment planning and mobilisation, customer engagement, customer contact and appointment scheduling, stakeholder management and material logistics management through to meter exchange and commissioning. This procurement process is intended for the meter exchange up to a maximum of 250 000 SEMs in Phase 1. It is envisaged that up to a further 1 000 000 SEM exchanges in Phase 2 and a further 1 000 000 SEM exchanges in Phase 3 may be required under the Framework Agreements.
Show more
Duration: 60 months
Description of renewals:
โThe term of the Framework Agreements will be two (2) years and with an option to extend, at the Contracting Entityโs discretion, for up to a further four...โ
Description of renewals
The term of the Framework Agreements will be two (2) years and with an option to extend, at the Contracting Entityโs discretion, for up to a further four (4) years. Please note framework extensions may be issued in yearly increments and may not align with Phases outlined in PQQ Document (Ref. Paragraph A.1.1.1).
Show more
Description of options:
โOption to extend at the Contracting Entityโs discretion for up to a further four (4) years. Please note framework extensions may be issued in yearly...โ
Description of options
Option to extend at the Contracting Entityโs discretion for up to a further four (4) years. Please note framework extensions may be issued in yearly increments and may not align with Phases outlined in PQQ Document (Ref. Paragraph A.1.1.1).
Show more Place of performance
Main site or place of performance:
โThroughout the Republic of Ireland.โ
Legal, economic, financial and technical information Conditions for participation
Suitability to pursue the professional activity:
โAs stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930.โ
Economic and financial standing:
โAs stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930.โ
Minimum level(s) of standards:
โAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930.โ
Technical and professional ability:
โAs stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930.โ
Minimum level(s) of standards:
โAs stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930.โ
List and brief description of rules and criteria:
โAs stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930.โ Contract execution
Deposits and guarantees required:
โAs stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930 and will be confirmed in the Request...โ
Deposits and guarantees required
As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930 and will be confirmed in the Request for Tender.
Show more
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โAs stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930 and will be confirmed in the Request...โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
As stated in Pre-Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 131930 and will be confirmed in the Request for Tender.
Show more
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โWhile economic operators are not obliged to take a particular legal form for the purpose of submitting a tender, the Contracting Entity reserves the right...โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
While economic operators are not obliged to take a particular legal form for the purpose of submitting a tender, the Contracting Entity reserves the right to require the successful tenderers to contract on such basis as the Contracting Entity may determine. See also as stated in the Pre-Qualification Questionnaire available to download from www.e-tenders.gov.ie using RFT ID 131930.
Show more
Contract performance conditions:
โThe Contracting Entity is preparing a draft Framework Agreement and schedules that will be provided to the pre-qualified Applicants at the next stage of the...โ
Contract performance conditions
The Contracting Entity is preparing a draft Framework Agreement and schedules that will be provided to the pre-qualified Applicants at the next stage of the Procurement process i.e. at the Request for Tender stage. The Framework Agreement will set out the general terms and conditions pertaining to the technical, commercial, financial, safety and legal requirements for the implementation and execution of the works. The Framework Agreement will establish the terms governing contracts awarded during the term of the Framework Agreement. Any contracts awarded under the framework will be awarded in the manner described in the Framework Agreement.
Procedure
Maximum number of candidates: 3
Number of participants to be contemplated: 3
Time of receipt of tenders: 12:00
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender validity period: 12 months
โPlease note the following in relation to Notice sections above.โ
โ(IV.1.3) โ Number of Participants to the Framework Agreement 3.โ Show more (6) โThe number of 3 stated in Section IV.1.3 is an estimate only of the final number of contractors that may be required. The final number of contractors...โ
Additional information
The number of 3 stated in Section IV.1.3 is an estimate only of the final number of contractors that may be required. The final number of contractors appointed to the framework agreement will depend on the contractor resource capacity of those ultimately determined by the Contracting Entity to have submitted the most economically advantageous tenders in accordance with the award criteria for the enquiry. The final number of contractors admitted to the framework agreement will be that number determined by the Contracting Entity to be sufficient to meet the framework agreement requirements and may be more or less than 3. More information will be set out in the Request for Tender, at that stage of the Procurement process.
โ(III.2.3) โ Information about staff responsible for the performance of the contract โ "Obligation to indicate the names and professional qualifications of...โ
Additional information
(III.2.3) โ Information about staff responsible for the performance of the contract โ "Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract".
โAs stated in the PQQ available to download on www.etenders.gov.ie using RFT ID 131930, Applicants that successfully pre-qualify and are subsequently Request...โ
Additional information
As stated in the PQQ available to download on www.etenders.gov.ie using RFT ID 131930, Applicants that successfully pre-qualify and are subsequently Request for Tender will be required to provide detailed information in their tender response in relation to their employees/staff including, but not limited to the names, qualifications of the employees/staff they propose to assign to works that may arise under the framework agreement. More information will be set out in the Request for Tender, at the stage of the Procurement process.
โIncomplete Pre-Qualification Questionnaires (PQQ) and/or missing information/documentation may be rejected by the Contracting Entity. Therefore, Applicants...โ
Additional information
Incomplete Pre-Qualification Questionnaires (PQQ) and/or missing information/documentation may be rejected by the Contracting Entity. Therefore, Applicants are advised to ensure that they return FULLY COMPLETED QUESTIONNAIRES in order to avoid the risk of elimination from the Procurement process on the basis of incomplete questionnaire.
โTo receive information in relation to the Pre-Qualification Questionnaire including any amendments and/or clarifications and to request any clarifications...โ
Additional information
To receive information in relation to the Pre-Qualification Questionnaire including any amendments and/or clarifications and to request any clarifications and/or to respond to the PQQ, you must register your interest for this process on etenders system - www.etenders.gov.ie at RFT ID 131930.
Complementary information Review body
Name: Chief Registrar
Postal address: Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
Internet address: http://www.courts.ie๐ Body responsible for mediation procedures
Name: N/a
Postal town: N/a
Country: Ireland ๐ฎ๐ช Service from which information about the review procedure may be obtained
Name: Your Legal Advisor
Postal town: Your Legal Advisor
Country: Ireland ๐ฎ๐ช
Source: OJS 2018/S 063-140800 (2018-03-28)
Additional information (2018-04-12) Object Notice metadata
Document type: Additional information
Reference Dates
Date dispatched: 2018-04-12 ๐
Publication date: 2018-04-17 ๐
Identifiers
Notice number: 2018/S 074-165480
Refers to notice: 2018/S 063-140800
OJ-S issue: 74
Additional information
โOmit Item II.2.9 of the TED Notice:
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
And Replace...โ
Additional information
Omit Item II.2.9 of the TED Notice:
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
And Replace with:
II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: Unlimited
Show more
Source: OJS 2018/S 074-165480 (2018-04-12)
Contract award notice (2019-01-16) Object Scope of the procurement
Short description:
โElectricity Supply Board has procured for the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity...โ
Short description
Electricity Supply Board has procured for the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters (SEMs) and the performance of remedial works to the meter installation at premises, under a multi-contractor Framework Agreement. As part of these works it is envisaged that the Framework Contractors will provide an end-to-end service to ESB from deployment planning and mobilisation, customer engagement, customer contact and appointment scheduling, stakeholder management and material logistics management through to meter exchange and commissioning. The Framework Agreements are intended for the meter exchange up to a maximum of 250 000 SEMs in Phase 1. It is envisaged that up to a further 1 000 000 SEM exchanges in Phase 2 and a further 1 000 000 SEM exchanges in Phase 3 may be required under the Framework Agreements.
Show more Notice metadata
Document type: Contract award notice
Procedure
Type of bid: Not applicable
Award criteria
Lowest price
Object Scope of the procurement
Short description:
โElectricity Supply Board has procured the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters...โ
Short description
Electricity Supply Board has procured the implementation and operation of an end-to-end service to exchange electricity meters with Smart Electricity Meters (SEMs) and the performance of remedial works to the meter installation at premises, under a multi-contractor Framework Agreement. As part of these works it is envisaged that the Framework Contractors will provide an end-to-end service to ESB from deployment planning and mobilisation, customer engagement, customer contact and appointment scheduling, stakeholder management and material logistics management through to meter exchange and commissioning. This procurement process is intended for the meter exchange up to a maximum of 250 000 SEMs in Phase 1. It is envisaged that up to a further 1 000 000 SEM exchanges in Phase 2 and a further 1 000 000 SEM exchanges in Phase 3 may be required under the Framework Agreements.
Award of contract
Date of contract conclusion: 2018-12-17 ๐
Name: TLI Group Ltd
Postal town: Tralee, Co. Kerry
Country: Ireland ๐ฎ๐ช
Name: KN Network Services (Ire) Ltd
Postal town: Clondalkin, Dublin 22
Name: MD Electrical Installations Ltd
Postal town: Ballybofey, Co. Donegal
Source: OJS 2019/S 012-025068 (2019-01-16)
Contract award notice (2024-08-19) Object Scope of the procurement
Title: Multi-Contractor Framework Agreement for the Deployment of Smart Electricity Meters
Type of contract: Works
Products/services: Electrical installation work๐ฆ
Total value of the procurement (excluding VAT): 0 EUR ๐ฐ
Description
Internal identifier: Multi-Contractor Framework Agreement for the Deployment of Smart Electricity Meters
Description of the procurement:
โMulti-Contractor Framework Agreement for the Deployment of Smart Electricity Metersโ Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Legal basis: Directive 2014/25/EU
Award of contract
Lot Identification Number: LOT-0001
Contract Number: TLI Group Ltd
Date of conclusion of the contract: 2018-12-17 ๐
Title: Deployment of Smart Electricity Meters
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 0 EUR ๐ฐ
Tender identifier: TLI Group Limited
Identifier of lot or group of lots: LOT-0001
Information about tenders
Name of the tendering party: TLI Group Ltd
Name and address of the contractor
Name: TLI Group Ltd
National registration number: 318301
Postal town: Tralee, Co. Kerry
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
Contracting authority Name and addresses
Name: Electricity Supply Board
National registration number: N/a
Department: Esb
Postal address: 2 Gateway
Postal town: Dublin
Region: Dublin๐๏ธ
Country: Ireland ๐ฎ๐ช
Contact point: sinead.vereker@esb.ie
E-mail: sinead.vereker@esb.ie๐ง
Phone: +35317026000๐
URL: http://www.esb.ie๐
Complementary information Review body
National registration number: 0000
Postal town: Dublin
Region: Dublin๐๏ธ
URL: https://www.courts.ie๐ Service from which information about the review procedure may be obtained
Name: Chief Registrar
National registration number: 0000
Postal town: Dublin
Region: Dublin๐๏ธ
URL: https://www.courts.ie๐
Changes Other additional information
โThe need for modification of CON-0001 (TLI Group Ltd) has been brought about by circumstances which a diligent contracting entity could not foresee and the...โ
Other additional information
The need for modification of CON-0001 (TLI Group Ltd) has been brought about by circumstances which a diligent contracting entity could not foresee and the modification does not alter the overall nature of the contract. As this contract was procured under the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (S.I. No.286 of 2016) article 97 (1) (c) of these regulations apply. ESB is satisfied that the modifications to the contract fulfils all of the conditions described in article 97 (1) (c) as (i) ESB could not have foreseen the outbreak and impact to the works and supply chain of the Covid-19 pandemic and restrictions arising; (ii) the modification does not alter the overall nature of the contract as the extension to the term of the framework is being put in place to facilitate the completion of the tendered scope; and (iii) the proposed modification is not considered substantial as it does not render the framework materially different in character from the one initially concluded
โThe need for modification of CON-0002 (KN Networks Services Ire Ltd) has been brought about by circumstances which a diligent contracting entity could not...โ
Other additional information
The need for modification of CON-0002 (KN Networks Services Ire Ltd) has been brought about by circumstances which a diligent contracting entity could not foresee and the modification does not alter the overall nature of the contract. As this contract was procured under the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (S.I. No.286 of 2016) article 97 (1) (c) of these regulations apply. ESB is satisfied that the modifications to the contract fulfils all of the conditions described in article 97 (1) (c) as (i) ESB could not have foreseen the outbreak and impact to the works and supply chain of the Covid-19 pandemic and restrictions arising; (ii) the modification does not alter the overall nature of the contract as the extension to the term of the framework is being put in place to facilitate the completion of the tendered scope; and (iii) the proposed modification is not considered substantial as it does not render the framework materially different in character from the one initially concluded
Show more Show more (1) โThe need for modification of CON-0003 (MDE Electrical Installations Ltd) has been brought about by circumstances which a diligent contracting entity could...โ
Other additional information
The need for modification of CON-0003 (MDE Electrical Installations Ltd) has been brought about by circumstances which a diligent contracting entity could not foresee and the modification does not alter the overall nature of the contract. As this contract was procured under the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (S.I. No.286 of 2016) article 97 (1) (c) of these regulations apply. ESB is satisfied that the modifications to the contract fulfils all of the conditions described in article 97 (1) (c) as (i) ESB could not have foreseen the outbreak and impact to the works and supply chain of the Covid-19 pandemic and restrictions arising; (ii) the modification does not alter the overall nature of the contract as the extension to the term of the framework is being put in place to facilitate the completion of the tendered scope; and (iii) the proposed modification is not considered substantial as it does not render the framework materially different in character from the one initially concluded
Show more
Main reason for change: Need for modifications because of circumstances which a diligent buyer could not predict.
New value
Text:
โThe Contracting Entity intends to extend this Framework Agreement for a further two years to facilitate the completion of the installation of the planned...โ
Text
The Contracting Entity intends to extend this Framework Agreement for a further two years to facilitate the completion of the installation of the planned 2.25 million meters awarded under the original works procurement. The requirement for this extension has arisen from a slower rate of meter deployment caused by the Covid-19 pandemic, which is a circumstance that ESB as the contracting entity could not foresee. The decision to extend the framework term does not impact the increase framework spend as envisaged at framework award
โThe Contracting Entity intends to extend this Framework Agreement for a further two years to facilitate the completion of the installation of the planned...โ
Text
The Contracting Entity intends to extend this Framework Agreement for a further two years to facilitate the completion of the installation of the planned 2.25 million meters awarded under the original works procurement. The requirement for this extension has arisen from a slower rate of meter deployment caused by the Covid-19 pandemic, which is a circumstance that ESB as the contracting entity could not foresee. The decision to extend the framework term does not impact the increase framework spend as envisaged at framework award
Show more Show more (1) โThe Contracting Entity intends to extend this Framework Agreement for a further two years to facilitate the completion of the installation of the planned...โ
Text
The Contracting Entity intends to extend this Framework Agreement for a further two years to facilitate the completion of the installation of the planned 2.25 million meters awarded under the original works procurement. The requirement for this extension has arisen from a slower rate of meter deployment caused by the Covid-19 pandemic, which is a circumstance that ESB as the contracting entity could not foresee. The decision to extend the framework term does not impact the increase framework spend as envisaged at framework award
Show more
Source: OJS 2024/S 161-498065 (2024-08-19)