Object Scope of the procurement
Title:
โHydro Water Control Equipment Maintenance and Overhaul Framework for Hydro Stations in Ireland
GWM9768โ
Products/services: Repair and maintenance services๐ฆ
Short description:
โHydro water control equipment maintenance and overhaul framework for hydro stations in the republic of Ireland only.โ Information about lots
Tenders may be submitted for all lots
This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the dam safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The scope of works compromises of 5-yearly, 10-yearly and 20 yearly mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB's dams and rivers.
The disassembly, visual inspections and component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge structures, spillway/intake gates, gear boxes, chains, clutches, seals, rollers, headstocks, etc.
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 โ Description
Description of renewals:
โ3-year framework subject to annual renewal with option to extend for further 2 years.โ Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
โApplicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top...โ
Objective criteria for choosing the limited number of candidates
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying.
Show more Description
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
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 ID 161488
2๏ธโฃ Scope of the procurement
Title: Southern
Title
Lot Identification Number: 2
Description
Place of performance: South-West ๐๏ธ
Place of performance: South-East ๐๏ธ
Main site or place of performance: Lee Stations, Cork.
Description of the procurement:
โThis contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety...โ
Description of the procurement
This contract involves the specified overhaul and maintenance works for the water control equipment of the ESB hydro stations as detailed in the Dam Safety manuals. The stations are all located in Ireland (the Republic of Ireland) and are located in 3 geographic locations:
Western (Ardnacrusha and Shannon), Southern (Lee Stations, Cork) and North Eastern (Erne and associated Stations, Donegal).
The scope of works compromises of 5-yearly, 10-yearly and 20 yearly mechanical inspections and overhaul works on both spillway, crest and intake gates located on ESB's dams and rivers.
The disassembly, visual inspections and component assessment/overhaul of the hydro water control equipment in the following areas; mechanical and electrical repair, NDT, functional testing, scaffolding, paint work and surface preparation (grit blasting) if required.
Includes (but not limited to) Bridge structures, spillway/intake gates, gear boxes, chains, clutches, seals, rollers, headstocks, etc.
3๏ธโฃ Scope of the procurement
Title: North Eastern
Title
Lot Identification Number: 3
Description
Place of performance: Border๐๏ธ
Main site or place of performance: Erne and associated Stations, Donegal.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ Economic and financial standing
List and brief description of selection criteria:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ Conditions for participation
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 161488.โ Technical and professional ability
List and brief description of selection criteria:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ Conditions for participation
Conditions for participation (technical and professional ability):
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ
List and brief description of rules and criteria:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ
Deposits and guarantees required:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 161488.โ 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: 3
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: 2019/S 094-228346
Time limit for receipt of tenders or requests to participate: 2020-01-09
17:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Tender must be valid until: 2020-12-09 ๐
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 5 years.
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โ1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge....โ
1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties;
2) This is the sole call for competition for this service;
3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers;
4) Contract award will be subject to the approval of the competent authorities;
5) It will be a condition of award that candidates are tax compliant;
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework;
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time;
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de-facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words โor equivalentโ will always be appended;
9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition;
10) At Section II.2.9) we have indicated that 8 to be reviewed on a case-by-case basis will be invited to tender, please note that the contracting entity reserves the right to invite at least 8 to be reviewed on a case-by-case basis subject to that number qualifying.
Show more Review body
Name: Chief Registrar
Postal address: Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe contracting entity will not conclude this framework agreement/contract until after the expiry of the standstill period which commences on the day...โ
Precise information on deadline(s) for review procedures
The contracting entity will not conclude this framework agreement/contract until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. Review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement / contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement/contract.
Show more
Source: OJS 2019/S 239-587729 (2019-12-09)
Contract award notice (2020-07-06) Object Scope of the procurement
Short description:
โHydro water control equipment maintenance and overhaul framework for hydro stations in the Republic of Ireland only.โ Information about lots
This contract is divided into lots โ Award criteria
Price
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 239-587729
Award of contract
1๏ธโฃ
Contract Number: 1
Lot Identification Number: 1
Title: Western
Date of conclusion of the contract: 2020-07-01 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: Atlantic Projects Company Ltd
National registration number: 276990
Postal address: 3 Marine Road, Co. Dublin
Postal town: Dunlaoghaire
Country: Ireland ๐ฎ๐ช
Phone: +353 12301843๐
E-mail: pomalley@atlanticprojects.com๐ง
Fax: +353 12301817 ๐
Region: Dublin๐๏ธ
URL: http://www.atlanticprojects.com๐
The contractor is an SME
2๏ธโฃ
Contract Number: 2
Lot Identification Number: 2
Title: Southern
Name and address of the contractor
Name: Buttimer Engineering
National registration number: IE6393606M
Postal address: Cahir Business Park
Postal town: Cahir
Postal code: Tipperary
Phone: +353 527441377๐
E-mail: fintan.lowney@buttimer.ie๐ง
Fax: +353 527441087 ๐
Region: Midland๐๏ธ
URL: http://buttimer.com/๐
3๏ธโฃ
Contract Number: 3
Lot Identification Number: 3
Title: North Eastern
Complementary information Additional information
โ1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this portal is free of charge....โ
1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant.
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words โor equivalentโ will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
10) At Section II.2.9) we have indicated that 8 to be reviewed on a case-by-case basis will be invited to tender, please note that the contracting entity reserves the right to invite at least 8 to be reviewed on a case-by-case basis subject to that number qualifying.
Show more Review procedure
Precise information on deadline(s) for review procedures:
โThe contracting entity will not conclude this framework agreement/contract until after the expiry of the standstill period which commences on the day...โ
Precise information on deadline(s) for review procedures
The contracting entity will not conclude this framework agreement/contract until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. Review procedures are available in the high court to a person who has or has had an interest in obtaining the framework agreement/contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement/contract.
Show more
Source: OJS 2020/S 132-324919 (2020-07-06)