EirGrid has a requirement for the provision of specialised programme and project management resources and normal Consultancy advice, studies or reports from a strategic partner and intends to utilise, as necessary, a flexible 3rd party resourcing model. This capability is required to deliver on ambitious 5 year Group strategy.
Deadline
The time limit for receipt of tenders was 2021-01-08.
The procurement was published on 2020-11-18.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Programme and Project Management Support Services
ENQEIR737
Products/services: Project management consultancy services๐ฆ
Short description:
โEirGrid has a requirement for the provision of specialised programme and project management resources and normal Consultancy advice, studies or reports from...โ
Short description
EirGrid has a requirement for the provision of specialised programme and project management resources and normal Consultancy advice, studies or reports from a strategic partner and intends to utilise, as necessary, a flexible 3rd party resourcing model. This capability is required to deliver on ambitious 5 year Group strategy.
Show more
Estimated value excluding VAT: EUR 34 000 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
1๏ธโฃ Scope of the procurement
Title: Provision of Programme and Project Management Resources
Title
Lot Identification Number: 1
Description
Additional products/services: Business and management consultancy and related services๐ฆ
Additional products/services: Business and management consultancy services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Main site or place of performance: Dublin.
Description of the procurement:
โLot 1 requires tenderers to provide resources with the required level of knowledge and experience for the roles described for programme and project...โ
Description of the procurement
Lot 1 requires tenderers to provide resources with the required level of knowledge and experience for the roles described for programme and project management services.
The roles require senior level programme support at consultant level for a number of key large scale projects with a mix of offshore, overhead line and cable projects, Senior experienced project managers are also required for a variety of Uprate, System Reinforcements and Customer Connection projects and programme data analysts for the Vision 2030/PR5 programme support. It is anticipated that resources will be required over a variety of durations for the length of this framework for up to 8 years (including potential extensions).
It is proposed under Lot 1 to acquire the resources as a managed service from the tenderers with activities directed through an account manager for the duration of the engagement. Where a single resource is indicated it may be preferable to both EirGrid and the Tenderer to propose multiple available resources for an activity which total up to the equivalent of a full time resource over a period of time.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 32 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
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:
โPlease see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.โ Information about options
Options โ
Description of options:
โThe initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of EUR 32 000 000 is taking into account the full duration of the contract including the possible extensions.
2๏ธโฃ Scope of the procurement
Title: Consultancy Advice
Title
Lot Identification Number: 2
Description
Description of the procurement:
โLot 2 requires tenderers to provide normal consultancy services for the categories similar to those described for the duration of the engagement. These...โ
Description of the procurement
Lot 2 requires tenderers to provide normal consultancy services for the categories similar to those described for the duration of the engagement. These services are required to assist EirGrid as we transition to a low carbon economy and society over the next decade.
The table is provided as sample to allow tenderers to demonstrate their capabilities and relevant experience with respect to the specific categories. The nature of the engagements will change over time and it is intended that a Mini RFT is issued to the panel for quotation for a specific piece of work.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 ๐ฐ
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Information about options
Description of options:
โThe initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of EUR 2 000 000 is taking into account the full duration of the contract including the possible extensions.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โPlease see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.โ
Deposits and guarantees required:
โPlease see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โPlease see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โPlease see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.โ Conditions related to the contract
Contract performance conditions:
โPlease see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.โ
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: 8
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-01-08
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority 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 authority 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 and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
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 authority 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.
Show more Review body
Name: The High Court
Postal address: Four Courts Dublin 7
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โThe contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after...โ
Precise information on deadline(s) for review procedures
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public 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 in this contract.
Show more Service from which information about the review procedure may be obtained
Name: Central office of the High Courts (Appeal Section)
Postal address: Ground Floor, East Wing, Inns Quay, Dublin 7
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐
Source: OJS 2020/S 228-562791 (2020-11-18)
Contract award notice (2021-05-28) Contracting authority Name and addresses
Postal address: Block 2 โ The Oval, 160 Shelbourne Road
Postal code: Dublin 4
Information about joint procurement
The contract is awarded by a central purchasing body
Object Scope of the procurement
Short description:
โEirGrid has a requirement for the provision of specialised programme and project management resources and normal consultancy advice, studies or reports from...โ
Short description
EirGrid has a requirement for the provision of specialised programme and project management resources and normal consultancy advice, studies or reports from a strategic partner and intends to utilise, as necessary, a flexible 3rd party resourcing model. This capability is required to deliver on ambitious 5 year Group strategy:
Tender Process is now complete
Show more
Total value of the procurement (excluding VAT): EUR 40 000 000 ๐ฐ
Information about lots
This contract is divided into lots โ Description
Description of the procurement:
โLot 1 requires tenderers to provide resources with the required level of knowledge and experience for the roles described for programme and project...โ
Description of the procurement
Lot 1 requires tenderers to provide resources with the required level of knowledge and experience for the roles described for programme and project management services.
The roles require senior level programme support at consultant level for a number of key large scale projects with a mix of offshore, overhead line and cable projects, Senior experienced project managers are also required for a variety of uprate, system reinforcements and customer connection projects and programme data analysts for the Vision 2030/PR5 programme support. It is anticipated that resources will be required over a variety of durations for the length of this framework for up to 8 years (including potential extensions).
It is proposed under Lot 1 to acquire the resources as a managed service from the tenderers with activities directed through an account manager for the duration of the engagement. Where a single resource is indicated it may be preferable to both EirGrid and the Tenderer to propose multiple available resources for an activity which total up to the equivalent of a full time resource over a period of time.
Show more Award criteria
Quality criterion (name): Quality, quantity and balance of human resources
Quality criterion (weighting): 55
Quality criterion (name): Approach and methodology
Quality criterion (weighting): 15
Cost criterion (name): cost
Cost criterion (weighting): 30
Information about options
Description of options:
โThe initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of EUR 30 000 000-40 000 000 is taking into account the full duration of the contract including the possible extensions.
Show more Award criteria
Quality criterion (name): Qualifications and experience
Quality criterion (weighting): 50
Quality criterion (weighting): 20
Cost criterion (name): Cost
Information about options
Description of options:
โThe initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory...โ
Description of options
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of EUR 4 000 000 EUR is taking into account the full duration of the contract including the possible extensions.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 228-562791
Award of contract
1๏ธโฃ
Contract Number: 1
Lot Identification Number: 1
Title: Provision of Programme and Project Management Resources
Date of conclusion of the contract: 2021-05-21 ๐
Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 6
Name and address of the contractor
Name: Jacobs Engineering Ireland Ltd
National registration number: 4806442L
Postal address: Merrion House
Postal town: Dublin 4
Postal code: Merrion Road
Country: Ireland ๐ฎ๐ช
Phone: +353 12614149๐
E-mail: jacobsdubline-tenders@jacobs.com๐ง
Region: รire/Ireland๐๏ธ
URL: http://www.jacobs.com๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 13 000 000 ๐ฐ
Total value of the contract/lot: EUR 13 000 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: Mace Ltd
National registration number: N/a
Postal address: 155 Moorgate
Postal town: London
Postal code: Greater London
Country: United Kingdom ๐ฌ๐ง
Phone: +44 2035223000๐
E-mail: bid.team@macegroup.com๐ง
Region: United Kingdom ๐๏ธ
URL: http://www.macegroup.com๐ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 13 000 000 ๐ฐ
Total value of the contract/lot: EUR 13 000 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Name and address of the contractor
Name: Turner and Townsend Ltd
Postal address: Ashford House, 18-23 Tara Street
Postal town: Dublin
Postal code: Dublin D02 VX67
Phone: +353 14003300๐
E-mail: fiona.collins@turntown.com๐ง
Fax: +353 12882481 ๐
URL: http://www.turnerandtownsend.com๐ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 13 000 000 ๐ฐ
Total value of the contract/lot: EUR 13 000 000 ๐ฐ
4๏ธโฃ
Contract Number: 4
Lot Identification Number: 2
Title: Consultancy advice
Information about tenders
Number of tenders received: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: Long O Donnell Associates Ltd
Postal address: 5 Royal Mews
Postal town: Northwich
Postal code: Gadbrook Business Pa
Phone: +44 1606359200๐
E-mail: bidteam@long-odonnell.com๐ง
Fax: +44 1606359201 ๐
URL: http://www.long-odonnell.com๐ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 1 500 000 ๐ฐ
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
5๏ธโฃ
Contract Number: 5
Title: Consultancy Advice
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 1 500 000 ๐ฐ
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
6๏ธโฃ
Contract Number: 6
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 1 500 000 ๐ฐ
Total value of the contract/lot: EUR 1 500 000 ๐ฐ
Source: OJS 2021/S 105-277849 (2021-05-28)
Modification of a contract/concession during its term (2023-06-08) Contracting authority Name and addresses
Postal town: Dublin
E-mail: tenders@eirgrid.com๐ง
URL: https://www.eirgridgroup.com/๐
Object Scope of the procurement
Title: ENQEIR737 Programme and Project Management Services
Title: Programme and Project Management Support Services
Description
Main site or place of performance: Ireland
Description of the procurement:
โLot 1 requires tenderers to provide resources with the required level of knowledge and experience for the roles described for programme and project...โ
Description of the procurement
Lot 1 requires tenderers to provide resources with the required level of knowledge and experience for the roles described for programme and project management services.
The roles require senior level programme support at consultant level for a number of key large scale projects with a mix of offshore, overhead line and cable projects, Senior experienced project managers are also required for a variety of Uprate, System Reinforcements and Customer Connection projects and programme data analysts for the Vision 2030/PR5 programme support. It is anticipated that resources will be required over a variety of durations for the length of this framework for up to 8 years (including potential extensions).It is proposed under Lot 1 to acquire the resources as a managed service from the tenderers with activities directed through an account manager for the duration of the engagement. Where a single resource is indicated it may be preferable to both EirGrid and the Tenderer to propose multiple available resources for an activity which total up to the equivalent of a full time resource over a period of time. Lot 2 requires tenderers to provide normal consultancy services for the categories similar to those described in the table below for the duration of the engagement. These services are required to assist us as we transition to a low carbon economy and society over the next decade.
Show more Duration of the contract, framework agreement, dynamic purchasing system or concession
In the case of framework agreements, provide justification for any duration exceeding 4 years:
โThis framework was awarded on the basis of 60 months with the option to extend annually for an additional 36 months. (8 years in total)โ
Procedure Administrative information
Previous publication concerning this procedure: 2021/S 105-277849
Award of contract
Title: Programme and Project Management Services
Information about tenders
The contract has been awarded to a group of economic operators โ Name and address of the contractor
Name: Jacobs
Name: Turner and Townsend
Name: Mace
Name: Long O'Donnell Associates Limited
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 40 000 000 ๐ฐ
Source: OJS 2023/S 112-352001 (2023-06-08)