The Commission for Regulation of Utilities (CRU) is Irelandโs independent energy and water regulator and has a wide range of economic, customer protection and safety responsibilities in the energy and water sectors.
The CRU intends to appoint a single SSB to cover the operations of both the Electrical Safety Supervisory Body (ESSB) and the Gas Safety Supervisory Body (GSSB). The ESSB and the GSSB operate and manage the CRUโs statutory regulatory safety schemes for electrical contractors and gas installers, Safe Electric and RGI, respectively, on a day-to-day basis.
The SSB will be required to provide the required Services from the Go-Live Date for a period of five (5) years with the possibility of extending this by two one-year extensions up to an aggregate maximum term of seven (7) years. The estimated the value of the contract, for a five-year period, is between โฌ31M-โฌ38M.
Deadline
The time limit for receipt of tenders was 2022-06-07.
The procurement was published on 2022-04-25.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โAppointment of a Safety Supervisory Body (SSB) to operate the CRUโs Safe Electric and Registered Gas Installer (RGI) schemes from 2023
011-03-468โ
Products/services: General public services๐ฆ
Short description:
โThe Commission for Regulation of Utilities (CRU) is Irelandโs independent energy and water regulator and has a wide range of economic, customer protection...โ
Short description
The Commission for Regulation of Utilities (CRU) is Irelandโs independent energy and water regulator and has a wide range of economic, customer protection and safety responsibilities in the energy and water sectors.
The CRU intends to appoint a single SSB to cover the operations of both the Electrical Safety Supervisory Body (ESSB) and the Gas Safety Supervisory Body (GSSB). The ESSB and the GSSB operate and manage the CRUโs statutory regulatory safety schemes for electrical contractors and gas installers, Safe Electric and RGI, respectively, on a day-to-day basis.
The SSB will be required to provide the required Services from the Go-Live Date for a period of five (5) years with the possibility of extending this by two one-year extensions up to an aggregate maximum term of seven (7) years. The estimated the value of the contract, for a five-year period, is between โฌ31M-โฌ38M.
Show more
Estimated value excluding VAT: EUR 31 000 000 ๐ฐ
The Services to be provided by the SSB include but are not limited to:
โข Receipt, processing and evaluation of Applications for Registrations within the Safe Electric and RGI schemes;
โข Registration of successful applicants and publication of the registers of Registered Electrical Contractors (RECs) and Registered Gas Installers (RGIs);
โข Monitoring, Inspection and Audit of RECs and RGIs;
โข Investigation of electrical and gas safety related complaints;
โข Disciplining of RECs and RGIs as required;
โข Management of the distribution, sale, recording, control and validation of electrical and gas work completion certificates;
โข Public and industry awareness aimed at increasing membership of the schemes;
โข Interaction and coordination of activities with other bodies, agencies, committees and Government Departments as the CRU may direct from time to time; and
โข Maintaining records of, and reporting on, the activities of the SSB, in line with the Performance Management Framework requirements;
โข Delivery of an end-to-end Electronic Certification System for electrical and gas completion certificates.
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 31 000 000 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 options
Options โ
Description of options:
โThe contract will be awarded for a term of sixty (60) months with the option to extend for a further twelve (12) month period(s) with a maximum of two (2)...โ
Description of options
The contract will be awarded for a term of sixty (60) months with the option to extend for a further twelve (12) month period(s) with a maximum of two (2) such extensions.
Show more Description
Additional information:
โPlease consult the associated documentation which contains full instructions regarding this submission of tenders and is available to download on...โ
Additional information
Please consult the associated documentation which contains full instructions regarding this submission of tenders and is available to download on www.etenders.gov.ie using RFT ID212575.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โPlease consult the associated documentation which contains full instructions regarding this submission of tenders and is available to download on...โ
List and brief description of conditions
Please consult the associated documentation which contains full instructions regarding this submission of tenders and is available to download on www.etenders.gov.ie using RFT ID212575.
Show more Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2022-06-07
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Conditions for opening of tenders: 2022-06-07
12:00 ๐
Complementary information Review body
Name: The High Court
Postal address: Inns Quay
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: www.courts.ie๐
Source: OJS 2022/S 084-226097 (2022-04-25)
Additional information (2022-05-12)
Complementary information Original notice reference
Notice number in the OJ S: 2022/S 084-226097
Changes Text to be corrected in the original notice
Section number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Old value
Date: 2022-06-07 ๐
Time: 12:00
New value
Date: 2022-06-16 ๐
Time: 12:00
Text to be corrected in the original notice
Section number: IV.2.7
Place of text to be modified: Conditions for opening of tenders
Old value
Date: 2022-06-07 ๐
Time: 12:00
New value
Date: 2022-06-16 ๐
Time: 12:00
Source: OJS 2022/S 095-263477 (2022-05-12)
Contract award notice (2022-09-16) Object Scope of the procurement
Currency code: EUR ๐ฐ
Total value of the procurement (excluding VAT) (lowest offer): 20634471.00
Total value of the procurement (excluding VAT) (highest offer): 32276636.00
Award criteria
Quality criterion (name): Approach and Methodology to Implementation for Services Go-Live
Quality criterion (weighting): 10%
Quality criterion (name): Approach and Methodology to Services Delivery and Business Continuity
Quality criterion (weighting): 22.5%
Quality criterion (name): Approach and Methodology to ICT Management and ICT Development
Quality criterion (weighting): 20%
Quality criterion (name): Approach and Methodology to Account & Contract Management
Quality criterion (weighting): 5%
Quality criterion (name): Approach and Methodology to Human Resource Management
Quality criterion (name): Approach and Methodology to Performance Management
Quality criterion (weighting): 7.5%
Quality criterion (name): Approach and Methodology to Financial Management
Price (weighting): 25%
Procedure Administrative information
Previous publication concerning this procedure: 2022/S 084-226097
Award of contract
1๏ธโฃ
Contract Number: 1
Title:
โAppointment of a Safety Supervisory Body (SSB) to operate the CRUโs Safe Electric and Registered Gas Installer (RGI) schemes from 2023โ
Date of conclusion of the contract: 2022-09-01 ๐
Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
Name and address of the contractor
Name: SGS Ireland Limited
Postal address: Hazel House, Millennium Business Park,
Postal town: Naas, Co. Kildare
Postal code: W91 PXP3
Country: Ireland ๐ฎ๐ช
Region: รire/Ireland๐๏ธ
URL: https://www.sgs.com/en-ie๐
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 31 000 000 ๐ฐ
Currency code: EUR ๐ฐ
Lowest offer: 20634471.00
Highest offer: 32276636.00
Source: OJS 2022/S 182-515961 (2022-09-16)