Auftragsbekanntmachung – Versorgungssektoren
Dienstleistungen
Richtlinie 2004/17/EG
Abschnitt I: Auftraggeber
I.1) Name, Adressen und Kontaktstelle(n)
Bord Gais Eireann / Ervia
N/A
PO Box 900, Webworks Cork, Eglinton Street, Co. Cork
Shared Services Procurement Manager
Zu Händen von: Janet Swayne
Cork
IRLAND
+353 214239083
MjE0XFNgV2YgZWlTa2BXMldkaFtTIFtX
Internet-Adresse(n):
Hauptadresse des Auftraggebers: http://www.bordgais.ie
Adresse des Beschafferprofils: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/376
Elektronischer Zugang zu Informationen: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=85872&B=ETENDERS_SIMPLE
Weitere Auskünfte erteilen:
die oben genannten Kontaktstellen
Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für ein dynamisches Beschaffungssystem) verschicken
: die oben genannten Kontaktstellen
: Angebote oder Teilnahmeanträge sind zu richten an
Bord Gais Eireann / Ervia
N/A
PO Box 900, Webworks Cork, Eglinton Street, Co. Cork
Shared Services Procurement Manager
Zu Händen von: Janet Swayne
Cork
IRLAND
+353 214239083
MjE2WlFeVWQeY2dRaV5VMFViZllRHllV
Abschnitt II: Auftragsgegenstand
II.1) Beschreibung
II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
71250000, 44161000, 44161100, 44161110, 44161500, 44161600, 45310000, 45317000, 50532000, 71355000, 71700000, 71730000, 76600000
Beschreibung
Dienstleistungen von Architektur- und Ingenieurbüros sowie Vermessungsdienste.
Pipelines.
Gasleitungen.
Gasverteilungsnetz.
Hochdruckrohrleitungen.
Niederdruckrohrleitungen.
Installation von elektrischen Leitungen.
Sonstige Elektroinstallationsarbeiten.
Reparatur und Wartung von elektrischen Maschinen, Geräten und zugehörigen Einrichtungen.
Vermessungsarbeiten.
Kontroll- und Überwachungsleistungen.
Betriebliche Inspektionen.
Überwachung von Rohrleitungen.
Angaben zu den Losen
Los-Nr: 1
Bezeichnung: CP Services
1) Kurze Beschreibung:
Remote monitoring and Reporting of GNI CP assets — Manual surveying and CP measurements — Liaison with third party CIPS and DCVG contractors — Interference monitoring, recording and analysis of the results — Liaison with land owners Various Maintenance including; — asset database — T/R installations — CP test posts — CP isolation systems and Equipment — high voltage earthing — ER probes and loggers.
2) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
71250000, 44161000, 44161100, 44161110, 44161500, 44161600, 45310000, 45317000, 50532000, 71355000, 71700000, 71730000, 76600000
5) Zusätzliche Angaben zu den Losen:
For further information, please refer to the Pre-Qualification Questionnaire.
Los-Nr: 2
Bezeichnung: CIPS Services
1) Kurze Beschreibung:
— Perform CIPS and DCVG surveys on Transmission and Distribution pipelines;
— Perform surveys in areas with AC and DC interference;
— Perform data analysis, fault reporting and report production of suitable quality;
— Liaison with third party CP maintenance contractor.
2) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
71355000, 44161000, 44161100, 44161110, 44161500, 44161600, 45310000, 45317000, 50532000, 71250000, 71700000, 71730000, 76600000
5) Zusätzliche Angaben zu den Losen:
For further information, please refer to the Pre-Qualification Questionnaire.
Abschnitt IV: Verfahren
IV.3) Verwaltungsangaben
IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen
Schlusstermin für die Anforderung von Unterlagen oder die Einsichtnahme: 30.3.2015 - 17:00
IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
30.3.2015 - 17:00
IV.3.5) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
Englisch.
Sonstige: Irish.
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1) Name, addresses and contact point(s)
Contact point(s): For the attention of: Telephone: E-mail: Bord Gais Eireann / Ervia N/A PO Box 900, Webworks Cork, Eglinton Street, Co. Cork Shared Services Procurement Manager Janet Swayne Cork IRELAND +353 214239083 MTdjWmdebSdscFpyZ145XmtvYlonYl4=
Internet address(es):
General address of the contracting entity: http://www.bordgais.ie
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/376
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=85872&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
: Tenders or requests to participate must be sent toContact point(s): For the attention of: Telephone: E-mail: Bord Gais Eireann / Ervia N/A PO Box 900, Webworks Cork, Eglinton Street, Co. Cork Shared Services Procurement Manager Janet Swayne Cork IRELAND +353 214239083 MjEwYFdkW2okaW1Xb2RbNltobF9XJF9b
I.2) Main activity
Production, transport and distribution of gas and heat
Water
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Provision of a Multi-party Framework Agreement for the Monitoring, Maintenance, non-routine and routine Inspection of Cathodic Protection System.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Ireland.
NUTS code IE
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreementDuration in years: 3
II.1.5) Short description of the contract or purchase(s):
The scope of this contract is for a multi-supplier framework agreement for Cathodic Protection (CP) and Close Interval Potential Survey (CIPS) in ROI, NI and Scotland (onshore) regions.
The provision of CP & CIPS Contract will be sub-divided into 2 separate lots. Described below as Lots 1 to 2, these are the Lots and scope that Gas Networks Ireland is currently planning to tender.
Please note that canidates can apply to pre-qualify for one or two lots. Candidates should indicate clearly in respect of which lot or lots they are applying to pre-quality.
The scope of work required will involve providing suitably qualified personnel and equipment for the following:
— Monitoring, maintenance and inspection of cathodic protection (CP) systems used to protect underground steel pipework of the onshore network;
— Monitoring, inspection, adjustment and maintenance of CP assets;
— Routine and non routine Close interval pipeline surveys and differential voltage gradient surveys;
— Pipeline CP parameters using web based system and pro-actively maintain the systems;
— Report update/generation of CP system status;
— Response service including management, technical back-up, personnel, equipment and related services to deal with incidents and undertake repairs of CP systems.
II.1.6) Common procurement vocabulary (CPV)
71250000, 44161000, 44161100, 44161110, 44161500, 44161600, 45310000, 45317000, 50532000, 71355000, 71700000, 71730000, 76600000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
For further information, please refer to the ITT document.
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion
Duration in months: 036 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: CP Services
1) Short description:
Remote monitoring and Reporting of GNI CP assets — Manual surveying and CP measurements — Liaison with third party CIPS and DCVG contractors — Interference monitoring, recording and analysis of the results — Liaison with land owners Various Maintenance including; — asset database — T/R installations — CP test posts — CP isolation systems and Equipment — high voltage earthing — ER probes and loggers.
2) Common procurement vocabulary (CPV)
71250000, 44161000, 44161100, 44161110, 44161500, 44161600, 45310000, 45317000, 50532000, 71355000, 71700000, 71730000, 76600000
5) Additional information about lots:
For further information, please refer to the Pre-Qualification Questionnaire.
Lot No: 2
Lot title: CIPS Services
1) Short description:
— Perform CIPS and DCVG surveys on Transmission and Distribution pipelines;
— Perform surveys in areas with AC and DC interference;
— Perform data analysis, fault reporting and report production of suitable quality;
— Liaison with third party CP maintenance contractor.
2) Common procurement vocabulary (CPV)
71355000, 44161000, 44161100, 44161110, 44161500, 44161600, 45310000, 45317000, 50532000, 71250000, 71700000, 71730000, 76600000
5) Additional information about lots:
For further information, please refer to the Pre-Qualification Questionnaire.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Requests to participate may be submitted by single entities or by groups of service providers. A group will not be required to convert into a specific legal form in order to submit a request to participate, but may if Bord Gáis Éireann / Ervia considers it necessary to ensure that the contract is carried out to its satisfaction, be required to do so prior to award of the contract. Bord Gáis Éireann / Ervia also reserves the right to contract with each member of the group on the basis of joint and several liability, or with one member of the group as a main contractor with a number of sub-contractors or on any other basis as Bord Gáis Éireann / Ervia considers appropriate.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: If any of the conditions set out in Regulation 53(1) of The European Communities (Award of Public Authorities Contract) Regulations apply to the applicant, the applicant will be excluded from the competition.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A full description of candidates' required economics and financial capacity will be set out in the Pre-Qualification Questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: A full description of candidates' required technical capacity will be set out in the Pre-Qualification Questionnaire.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
15/004
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 30.3.2015 - 17:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
30.3.2015 - 17:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
Other: Irish.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
A pre-qualification questionnaire will be issued to all candidates who respond to this notice. Expressions of interest should be addressed in writing and sent via email for the attention of The Shared Services Procurement Manager to MjExX1ZjWmkjaGxWbmNaNVpna15WI15aaV1a Questionnaire will cover the financial, economic and technical capacity of candidates. The questionnaire must be completed and returned to the address in I.1. above not later than 17:00 Monday 30.3.2015.
The responses will be used to assist in drawing up a tender list. This process may also include interviews with candidates. The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers relating to this contract award procedure.
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register to this tender by email to MjEzXVRhWGchZmpUbGFYM1hlaVxUIVxY
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
VI.4.2) Lodging of appeals
VI.4.3) Service from which information about the lodging of appeals may be obtained
VI.5) Date of dispatch of this notice:
24.2.2015