loading
  • IE Cork
  • 30.03.2015
  • Ausschreibung
  • (ID 2-192514)

Provision of a Multi-party Framework Agreement for the Monitoring, Maintenance, non-routine and routine Inspection of Cathodic Protection System


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.03.2015, 17:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    For further information, please refer to the ITT document.
    Adresse des Bauherren IE-Cork
    TED Dokumenten-Nr. 70681-2015

  • Anzeigentext Ausschreibung

    maximieren


    • 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
       

       

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 27.02.2015
Zuletzt aktualisiert 27.02.2015
Wettbewerbs-ID 2-192514 Status Kostenpflichtig
Seitenaufrufe 85