loading
  • IE-4 Dublin
  • 09.01.2017
  • Ausschreibung
  • (ID 2-250236)

Marine Consultant — Celtic Interconnector Project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 09.01.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 4 - max. 7
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Vermessung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    EirGrid and RTE have completed the Feasibility Phase of the Celtic Interconnector project and have recently entered into the Initial Design & Pre-Consultation Phase of the project.
    There is now a requirement to procure a marine consultant to provide technical expertise for the development of the offshore elements of the project, in particular the planned marine surveys and marine engineering studies.
    The marine consultant expertise should cover following fields:
    — Marine engineering studies for cable installation. Developed knowledge of the related technical, environmental and legal constraints, plus the associated detailed studies.
    — Submarine power cable installation (laying and protection). Experience of installation works methods and equipment.
    — International offshore power cable project management.
    See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie
    Leistungsumfang
    EirGrid is the Transmission System Operator (TSO) and Market Operator (MO) in the wholesale trading system in Ireland, and is the owner of the System Operator Northern Ireland (SONI Ltd), the licensed TSO and market operator in Northern Ireland.
    RTE is the French TSO; it owns, operates and develops the French Electricity Transmission System with the primary objectives of balancing electricity generation with consumption, guaranteeing the secure operation of the power system
    EirGrid and RTE have recently completed the Feasibility Phase of the Celtic Interconnector project and have recently entered into the Initial Design & Pre-Consultation Phase of the project.
    The marine surveys carried out in the Feasibility Phase confirmed that a feasible route existed between Ireland and France, albeit with several areas of challenging geology. Based on an in depth analysis of the findings of the marine survey in conjunction with that of recently available third party data that has become available, the project team have identified several opportunities to carry out route development to further refine the route and potentially avoid some of the areas of challenging geology.
    There is now a requirement to procure a marine consultant to provide technical expertise for the development of the offshore elements of the project, in particular the planned marine surveys and marine engineering studies.
    The marine consultant expertise should cover following fields:
    — Marine engineering studies for cable installation. Developed knowledge of the related technical, environmental and legal constraints, plus the associated detailed studies.
    — Submarine power cable installation (laying and protection). Experience of installation works methods and equipment.
    — International offshore power cable project management. Communication and reporting to clients. Contractor coordination in a multicultural environment. Schedule, risks and Health, Safety and Environment (HSE) issues management. Counselling services and contracting strategy.
    The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce a short-list of suitably qualified companies who will be invited to tender for the provision of marine consultancy services as required by EirGrid and RTE.
    EirGrid will lead the procurement process for this piece of work on behalf of EirGrid and RTE. The contract will be awarded on a tripartite basis with split 50:50 invoicing.
    See attached Information Memorandum and Pre-Qualification Questionnaire for full details. This is available on etenders www.etenders.gov.ie
    Adresse des Bauherren IE-4 Dublin
    TED Dokumenten-Nr. 432170-2016

  • Anzeigentext Ausschreibung

    maximieren

    •  

      Ireland-Dublin: Marine services

      2016/S 237-432170

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Eirgrid plc and Réseau de Transport d'Electricité
      N/A
      EirGrid, Block 2 — The Oval, 160 Shelbourne Road, Ballsbridge
      Dublin
      4
      Ireland
      Contact person: Anthony Flood
      Telephone: +353 012370123
      E-mail: MjE4L1xiVl1cZxxUWl1dUi5TV2BVYFdSHFFdWw==
      NUTS code: IE

      Internet address(es):

      Main address: http://www.eirgrid.com

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/219

      I.1)Name and addresses
      Réseau de Transport d'Electricité
      Direction achats, immeuble Coeur Défense — tour B, 100 esplanade du Général de Gaulle
      Paris La Défense Cedex
      France
      Contact person: Anthony Flood
      E-mail: MTc6Z21haGdyJ19laGhdOV5ia2BrYl0nXGhm
      NUTS code: FR

      Internet address(es):

      Main address: http://www.eirgrid.com

      I.2)Joint procurement
      The contract involves joint procurement
      In the case of joint procurement involving different countries, state applicable national procurement law:

       

      Irish law will be the applicable national procurement law.

       

      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=105701&B=ETENDERS_SIMPLE
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=105701&B=ETENDERS_SIMPLE
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Electricity

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Marine Consultant — Celtic Interconnector Project.

       

      Reference number: ENQEIR558
      II.1.2)Main CPV code
      98360000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      EirGrid and RTE have completed the Feasibility Phase of the Celtic Interconnector project and have recently entered into the Initial Design & Pre-Consultation Phase of the project.

      There is now a requirement to procure a marine consultant to provide technical expertise for the development of the offshore elements of the project, in particular the planned marine surveys and marine engineering studies.

      The marine consultant expertise should cover following fields:

      — Marine engineering studies for cable installation. Developed knowledge of the related technical, environmental and legal constraints, plus the associated detailed studies.

      — Submarine power cable installation (laying and protection). Experience of installation works methods and equipment.

      — International offshore power cable project management.

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 500 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71354500
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland and France and marine areas inbeteween.

       

      II.2.4)Description of the procurement:

       

      EirGrid is the Transmission System Operator (TSO) and Market Operator (MO) in the wholesale trading system in Ireland, and is the owner of the System Operator Northern Ireland (SONI Ltd), the licensed TSO and market operator in Northern Ireland.

      RTE is the French TSO; it owns, operates and develops the French Electricity Transmission System with the primary objectives of balancing electricity generation with consumption, guaranteeing the secure operation of the power system

      EirGrid and RTE have recently completed the Feasibility Phase of the Celtic Interconnector project and have recently entered into the Initial Design & Pre-Consultation Phase of the project.

      The marine surveys carried out in the Feasibility Phase confirmed that a feasible route existed between Ireland and France, albeit with several areas of challenging geology. Based on an in depth analysis of the findings of the marine survey in conjunction with that of recently available third party data that has become available, the project team have identified several opportunities to carry out route development to further refine the route and potentially avoid some of the areas of challenging geology.

      There is now a requirement to procure a marine consultant to provide technical expertise for the development of the offshore elements of the project, in particular the planned marine surveys and marine engineering studies.

      The marine consultant expertise should cover following fields:

      — Marine engineering studies for cable installation. Developed knowledge of the related technical, environmental and legal constraints, plus the associated detailed studies.

      — Submarine power cable installation (laying and protection). Experience of installation works methods and equipment.

      — International offshore power cable project management. Communication and reporting to clients. Contractor coordination in a multicultural environment. Schedule, risks and Health, Safety and Environment (HSE) issues management. Counselling services and contracting strategy.

      The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce a short-list of suitably qualified companies who will be invited to tender for the provision of marine consultancy services as required by EirGrid and RTE.

      EirGrid will lead the procurement process for this piece of work on behalf of EirGrid and RTE. The contract will be awarded on a tripartite basis with split 50:50 invoicing.

      See attached Information Memorandum and Pre-Qualification Questionnaire for full details. This is available on etenders www.etenders.gov.ie

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 500 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/04/2017
      End: 01/10/2018
      This contract is subject to renewal: yes
      Description of renewals:

       

      The framework agreement period will be up to October 2018 with the option to extend annually for up to an additional 4 years, subject always to the satisfactory performance of the supplier.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 4
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      See attached Information Memorandum and Pre-Qualification Questionnaire for full details. This is available on etenders www.etenders.gov.ie

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      The framework agreement period will be up to October 2018 with the option to extend annually for up to an additional 4 years, subject always to the satisfactory performance of the supplier.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: Celtic Interconnector Project.
      II.2.14)Additional information

       

      The value of this contract is estimated to be in excess of EUR1m. This is based on the completion of phase 1 services and all subsequent options exercised over the duration of the Framework Agreement.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at www.etenders.gov.ie

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 09/01/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Tender must be valid until: 09/11/2017
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      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 e-Tax 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 ‘or equivalent’ 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.

      See attached Information Memorandum and Pre-Qualification Questionnaire for full details. This is available on etenders www.etenders.gov.ie

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court
      Four Courts
      Dublin
      7
      Ireland
      Telephone: +353 18886000

      Internet address:http://www.courts.ie

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Precise information on deadline(s) for lodging appeals: The contracting authority will not conclude this contract to which a standstill period applies in accordance with Irish Statutory Instrument SI 130 of 2010, 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.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      07/12/2016
    © 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 08.12.2016
Zuletzt aktualisiert 08.12.2016
Wettbewerbs-ID 2-250236 Status Kostenpflichtig
Seitenaufrufe 93