loading
  • IE-2 Dublin
  • 24.09.2015
  • Ausschreibung
  • (ID 2-208940)

Wind Energy Consultancy Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.09.2015, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ver-/ Entsorgung / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The ESB group has a strategic objective to develop wind farms in the UK and Ireland. Within the ESB group, ESB Wind Development Ltd (ESB WD) has been given the responsibility to develop wind farms. ESB International (ESBI) provide project management and engineering services to ESB WD. As a result of this development strategy, ESBI has a requirement for wind energy consultancy services.
    It is ESBI's intention to appoint consultants to a framework agreement to provide expert wind consultancy services for a 3 year term with an option to extend for a further 1 year subject to satisfactory performance and agreement between both parties. The proposed time scale for the works is expected to be on an intermittent basis as determined by project requirements and workload. The scope of work which is referred to as ‘Wind Energy Consultancy Services’ will cover the following to provide specialist wind energy consultancy services alongside other services provided separately during the planning, development, construction and operational stages of wind farm projects. It is imperative that the consultant can provide expert advice and guidance at all stages.
    The objective of this TPQ is to establish a list of suitable Candidates with the required capability to participate in a tendering competition for inclusion in a multi-supplier framework for the supply of Wind Energy Consultancy Services.
    ESB will evaluate submissions in relation to the stated candidate selection criteria to establish a list of suitable candidates to participate in the tendering competition.
    This TPQ constitutes a formal part of the ESB competition for the Wind Energy Consultancy Framework as advertised in the supplement to the Official Journal of the European Union. A short listing of selected Candidates who are successful at the pre qualification stage will be invited to participate in a tendering process to be operated under the negotiated procedure.
    Depending on the quality of pre qualification submissions received, ESB intend to invite up to 6 candidates to participate in the tendering competition for inclusion in the multi-supplier framework.
    Leistungsumfang
    Various wind energy related services as required over the term of the framework.
    Adresse des Bauherren IE-2 Dublin
    TED Dokumenten-Nr. 302252-2015

  • Anzeigentext Ausschreibung

    maximieren

    • Contract notice – utilities

      Services

      Directive 2004/17/EC

      Section I: Contracting entity

      I.1)Name, addresses and contact point(s)

      Electricity Supply Board ( ESB )
      27 Lower Fitzwilliam Street
      For the attention of: John Hunt
      2 Dublin
      IRELAND
      Telephone: +353 17027197
      E-mail: MjE1W2BZXx9ZZl9lMVZkUx9aVg==

      Internet address(es):

      General address of the contracting entity: http://www.esb.ie

      Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/377

      Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=92193&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 to: The above mentioned contact point(s)

      I.2)Main activity
      Electricity
      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:
      Wind Energy Consultancy Services.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis 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
      maximum number of participants to the framework agreement envisaged: 6

      Duration of the framework agreement

      Duration in years: 4

      Estimated total value of purchases for the entire duration of the framework agreement

      Frequency and value of the contracts to be awarded: To be determined as demand arises.
      II.1.5)Short description of the contract or purchase(s):
      The ESB group has a strategic objective to develop wind farms in the UK and Ireland. Within the ESB group, ESB Wind Development Ltd (ESB WD) has been given the responsibility to develop wind farms. ESB International (ESBI) provide project management and engineering services to ESB WD. As a result of this development strategy, ESBI has a requirement for wind energy consultancy services.
      It is ESBI's intention to appoint consultants to a framework agreement to provide expert wind consultancy services for a 3 year term with an option to extend for a further 1 year subject to satisfactory performance and agreement between both parties. The proposed time scale for the works is expected to be on an intermittent basis as determined by project requirements and workload. The scope of work which is referred to as ‘Wind Energy Consultancy Services’ will cover the following to provide specialist wind energy consultancy services alongside other services provided separately during the planning, development, construction and operational stages of wind farm projects. It is imperative that the consultant can provide expert advice and guidance at all stages.
      The objective of this TPQ is to establish a list of suitable Candidates with the required capability to participate in a tendering competition for inclusion in a multi-supplier framework for the supply of Wind Energy Consultancy Services.
      ESB will evaluate submissions in relation to the stated candidate selection criteria to establish a list of suitable candidates to participate in the tendering competition.
      This TPQ constitutes a formal part of the ESB competition for the Wind Energy Consultancy Framework as advertised in the supplement to the Official Journal of the European Union. A short listing of selected Candidates who are successful at the pre qualification stage will be invited to participate in a tendering process to be operated under the negotiated procedure.
      Depending on the quality of pre qualification submissions received, ESB intend to invite up to 6 candidates to participate in the tendering competition for inclusion in the multi-supplier framework.
      II.1.6)Common procurement vocabulary (CPV)

      71314000

      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: no
      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:
      Various wind energy related services as required over the term of the framework.
      II.2.2)Information about options
      Options: yes
      Description of these options: The term is for 3 years with an option to extend for a further 1 year.
      II.2.3)Information about renewals
      This contract is subject to renewal: no
      II.3)Duration of the contract or time limit for completion

      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:
      As per tender documentation.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      A grouping, if successful will be required to Contract as a single entity with joint and several liability.
      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
      III.2.2)Economic and financial ability
      III.2.3)Technical capacity
      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:
      SS/CON/2345
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      24.9.2015 - 12:00
      IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
      English.
      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:
      In order to participate interested parties must download and complete the pre qualification document provided on the Irish Government's e-Tenders website and submit it via the e-Tenders website before the deadline stated for submissions.
      A similar tender notice has been published by ESB on the e-Tenders website and the relevant pre qualification document is attached to that notice and is available for downloading.
      Following evaluation of pre qualification submissions received, ESB intends to establish a short listing of suitable candidates to participate in a tendering competition for inclusion in the framework.
      The details of the operation of the framework and the criteria for awarding of contracts within it will be provided in the tendering documentation which will be provided at a later date to the selected candidates.
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      Chief Registrar
      Four Courts
      Inns Quay
      1 Dublin
      IRELAND
      Telephone: +353 18886000

      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:
      25.8.2015
    © 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 27.08.2015
Zuletzt aktualisiert 27.08.2015
Wettbewerbs-ID 2-208940 Status Kostenpflichtig
Seitenaufrufe 101