National NDT Framework Agreement

Electricity Supply Board (ESB)

The Contracting Entity intends to procure NDT Services for the type of Generating Stations listed below:
a) Thermal Power Plant;
b) Hydro Power Plant;
c) Wind Turbine Power Plant;
d) Other power plant as required.
See full description of the works in Section 11.2.4

Deadline
The time limit for receipt of tenders was 2018-08-09. The procurement was published on 2018-07-11.

Who?

What?

Where?

Procurement history
Date Document
2018-07-11 Contract notice
Contract notice (2018-07-11)
Contracting authority
Name and addresses
Name: Electricity Supply Board (ESB)
National registration number: N/a
Postal address: 2 Gateway
Postal town: Dublin 3
Postal code: East Wall Road
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
Contact person: Liam Kennedy
Phone: +353 17027890 ๐Ÿ“ž
E-mail: liam.kennedy@esb.ie ๐Ÿ“ง
Region: Ireland ๐Ÿ™๏ธ
URL: http://www.esb.ie ๐ŸŒ
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/377 ๐ŸŒ
Information about joint procurement
The contract is awarded by a central purchasing body
Communication
Documents URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=132090&B=ETENDERS_SIMPLE ๐ŸŒ
Participation URL: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=132090&B=ETENDERS_SIMPLE ๐ŸŒ

Object
Scope of the procurement
Title: National NDT Framework Agreement GWM8415
Products/services: Non-destructive testing services ๐Ÿ“ฆ
Short description:
โ€œThe Contracting Entity intends to procure NDT Services for the type of Generating Stations listed below: a) Thermal Power Plant; b) Hydro Power Plant; c)...โ€    Show more

1๏ธโƒฃ
Additional products/services: Non-destructive testing services ๐Ÿ“ฆ
Place of performance: Ireland ๐Ÿ™๏ธ
Main site or place of performance: Island of Ireland
Description of the procurement:
โ€œThe Contracting Entity intends to procure NDT Services for the type of Generating Stations listed below: a) Thermal Power Plant; b) Hydro Power Plant; c)...โ€    Show more
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โœ…
Description
Description of renewals: The FWA will run for 5 years with an option to extend for a further 3 years.
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10

Legal, economic, financial and technical information
Conditions for participation
List and brief description of conditions:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777 GWM8415โ€
Economic and financial standing
List and brief description of selection criteria:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Conditions for participation

โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Technical and professional ability
List and brief description of selection criteria:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Conditions for participation
Conditions for participation (technical and professional ability):
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
List and brief description of rules and criteria:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Deposits and guarantees required:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Conditions related to the contract
Contract performance conditions:
โ€œAs stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777โ€
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Procedure
Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 5
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Previous publication concerning this procedure: 2018/S 016-033604
Time limit for receipt of tenders or requests to participate: 2018-08-09 12:00 ๐Ÿ“…
Languages in which tenders or requests to participate may be submitted: English ๐Ÿ—ฃ๏ธ
Tender must be valid until: 2019-02-28 ๐Ÿ“…

Complementary information
Information about recurrence
This is a recurrent procurement โœ…
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Review body
Name: Chief Registrar
Postal address: Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
Phone: +353 18886000 ๐Ÿ“ž
URL: http://www.courts.ie ๐ŸŒ
Source: OJS 2018/S 133-304061 (2018-07-11)