loading
  • IE-4 Dublin
  • 28.03.2017
  • Ausschreibung
  • (ID 2-257414)

Specailst Consultancy Framework for Engineering Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 28.03.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 7
    Art der Leistung allgemeine Beratungsleistungen / Umweltverträglichkeitsstudie / Technische Ausrüstung
    Sprachen Englisch, Irisch
    Aufgabe
    EirGrid requires the services of multiple specialist consultants to assist it with the development of the Irish Electricity Transmission System Assets.
    EirGrid intends to establish a Framework for the provision of these services using the following Lots:
    — Lot 1: Advice on Project Feasibility
    — Lot 2: Project Consultant
    — Lot 3: Landowner Engagement
    — Lot 4: Client Engineering — Technical Authority and Maintenance of the Transmission Assets
    — Lot 5: Managed Services — Project Management and Engineering
    Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie
    Leistungsumfang
    LOT 5: Managed Services (Project Management and Engineering)
    The Candidate's delivery of Lot 5, Managed Services will support the activities carried out by EirGrid through provision of suitably qualified and experienced resources to EirGrid as required to meet EirGrid's business needs. The location will depend on the particular business need however it is envisaged that this work will be based in EirGrid's offices in Dublin, desk and IT equipment shall be provided. The role may involve some travelling to sites throughout Ireland.
    The expert areas where a managed service may be required include the following:
    Project Management
    Services to be provided to fulfil this function include but are not limited to the following:
    — Primarily responsible for managing a range of technical engineering projects. Projects include both the redevelopment of existing high voltage assets (substations, overhead lines and underground cables) and the development of new high voltage projects through the planning and consent process and during construction;
    — Producing high quality internal written reports, papers and presentations to strict deadlines in order to achieve internal project approvals;
    — Taking ownership of project delivery from pre-Capital Approval (project initiation) through to energisation and completion (project close). Assist in determining project objectives, project charter and scope;
    — Managing stakeholder interface including progress meetings, reporting, relationship management, stakeholder and landowner engagement coordination and general communication;
    — Using established project management techniques, coordinating a wide range of activities and inputs from other professionals including technical and engineering, environmental management, communications, public and stakeholder relations, vendor management, finance and procurement. Considered judgement based on analytical thought required. Problems may require an innovative approach;
    — Manage, review and coordinate the work of external consultants for projects.
    Engineering
    Services to be provided to fulfil this function include but are not limited to the provision of electrical, civil and mechanical engineering expertise in relation to the following:
    — Provision of engineering expertise to support a range of technical engineering projects. Projects include both the redevelopment of existing high voltage assets (substations, overhead lines and underground cables) and the development of new high voltage projects through feasibility and design, and the planning and consent process and during construction;
    — Review of functional design specifications including assessment of proposed amendments / variations as submitted by the constructor on contestable and non-contestable projects;
    — Construction inspection and site visits for compliance with specification and approved design, including final acceptance of new plant as fit for purpose and to review on-going transmission maintenance activities;
    — Responding to day-to-day equipment plant issues and coordinating with ESB Networks to manage discovered work and actions following transmission system faults including investigations;
    — Development and management of transmission system maintenance plans, policies and standards;
    — Reporting as required on all projects within area of responsibility;
    — Capable of supporting the team in representing company policy to external parties and stakeholders;
    — Provide subject matter expertise on specific issues arising.
    For the avoidance of doubt it is expected that the tenderer will provide both Project Management and Engineering managed services, rather than providing only one of these services.
    Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie
    Adresse des Bauherren IE-4 Dublin
    TED Dokumenten-Nr. 73513-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Architectural, construction, engineering and inspection services

      2017/S 040-073513

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      EirGrid plc
      N/A
      Block 2 — The Oval, 160 Shelbourne Road, Ballsbridge
      Dublin
      4
      Ireland
      Contact person: Peter Whearity
      Telephone: +353 12370166
      E-mail: MTJuY3JjcCx1ZmNfcGdydz5jZ3BlcGdiLGFtaw==
      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.2)Joint procurement
      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=108885&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=108885&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:

       

      Specailst Consultancy Framework for Engineering Services.

       

      Reference number: ENQEIR556
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      EirGrid requires the services of multiple specialist consultants to assist it with the development of the Irish Electricity Transmission System Assets.

      EirGrid intends to establish a Framework for the provision of these services using the following Lots:

      — Lot 1: Advice on Project Feasibility

      — Lot 2: Project Consultant

      — Lot 3: Landowner Engagement

      — Lot 4: Client Engineering — Technical Authority and Maintenance of the Transmission Assets

      — Lot 5: Managed Services — Project Management and Engineering

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

      II.1.5)Estimated total value
      Value excluding VAT: 29 000 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Advice on Project Feasibility

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      22456000
      31321300
      70332100
      71240000
      71250000
      71311000
      71312000
      71313440
      71320000
      71321000
      71322000
      71333000
      71334000
      72224000
      79112100
      79416000
      79416200
      90711400
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      LOT 1: Advice on Project Feasibility

      The provision of services for Lot 1 will support the activities carried out by EirGrid as described in the following paragraphs. Services required for project feasibility include:

      — Project management including cost, programme and progress reporting;

      — Pre-feasibility and feasibility studies for particular technical solutions;

      — Cost estimations of technical solutions;

      — Programme delivery including estimated planning application periods and construction periods;

      — Assessment of environmental sensitivities relating to the project based on preferred route options/corridors or preferred site selection;

      — Assessment of social impact based on the preferred route options/corridors or preferred site selection;

      — Risk assessments and viability of line or cable routing options;

      — Other studies necessary to confirm the feasibility of a line or cable route; and

      — Provide project review and feedback;

      — Provide a complete project close out file on completion of the project.;

      — Provide advice on the appropriate standards policies and specifications utilised for each Transmission Asset technology such as 1 or more of the following areas:

      o High voltage overhead lines;

      o High voltage AC cables;

      o Reactive support devices;

      o Switchgear;

      o Transformers;

      o Control and protection;

      o Telecommunications;

      o Earthing;

      — Associated civil, structural and mechanical engineering.

      — Candidates will be required to carry out assessments and advise EirGrid on new technologies for particular technical solutions.

      — Carry out the duties of PSDP as described in the Safety, Health and Welfare at Work (Construction) Regulations 2013.

      — Ensure that any design or specification prepared for a specific project takes account of the General Principles of Prevention provided at Schedule 1 to the Safety, Health and Welfare at Work Act 2005.

      — Provide to EirGrid the Health and Safety File for the project in a format and number specified.

      The services provided by the Successful Tenderer will be expected to be fully in accordance with EirGrid's new Framework for Grid Development in the management and development of projects, and the associated internal processes and methodologies that are currently being prepared with regard to same. Please refer to EirGrid's ‘Have Your Say’ document publicly available at www.eirgridgroup.com

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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: 4 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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 for an initial duration of 5 years with the option to extend 1 or more Lots annually for up to an additional 3 years, subject always to the satisfactory performance of the members.

       

      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: no
      II.2.14)Additional information

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

      II.2)Description
      II.2.1)Title:

       

      Project Consultant

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      22456000
      31321300
      70332100
      71240000
      71250000
      71311000
      71312000
      71313440
      71320000
      71321000
      71322000
      71333000
      71334000
      72224000
      79112100
      79416000
      79416200
      90711400
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      LOT 2: Project Consultant

      The Candidate's delivery of services for Lot 2 will support the activities carried out by EirGrid as described in the following paragraphs. Services to be provided by the Successful Tenderer include:

      — Project management;

      — Cost reporting;

      — Programme development and control;

      — Provide advice on, and implementation of, the EirGrid planning and consent strategy;

      — Preparation and management of the planning application process through to conclusion of the Planning Authority's decision (requests for additional information / oral hearing / other related activities.);

      — Undertake studies for the Environmental Impact Assessment (EIA) process including Appropriate Assessment (AA), Environment Impact Statement (EIS) or Environmental Impact Report, Natura Impact Assessment as required;

      — Preparation of an AA report, EIS/Environmental Impact Report/Planning and environmental consideration report and Natura Impact Assessment as required;

      — Preparation and management of a social impact assessment process including the production of a social impact assessment report;

      — Provide support and assistance on stakeholder consultation as instructed by EirGrid;

      — Provide advice on site and route selection;

      — Preparation of outline design and functional specifications including high voltage electrical engineering and any relevant civil / structural / mechanical engineering;

      — Preparation and management of land acquisition;

      — Landowner engagement activities following the identification of the preferred route / site up to conclusion of the Planning Authority's decision, for example; prepare and issue individual landowner packs, complete an interview form with each landowner, carry out technical and environmental walk over survey of the route / site and discuss the survey with each landowner, further correspondence and meetings with landowners as required, other related activities;

      — Provide project review and feedback;

      — Provide a complete project close out file on completion of the project.

      — Provide advice on the appropriate standards, policies and specifications utilised for each Transmission Asset technology in one or more of the following areas:

      o High voltage overhead lines;

      o High voltage AC cables;

      o Reactive support devices;

      o Switchgear;

      o Transformers;

      o Control and protection;

      o Telecommunications;

      o Earthing.

      — Carry out assessments and advise EirGrid on new technologies for particular technical solutions.

      — Carry out the duties of PSDP as described in the Safety, Health & Welfare at Work (Construction) Regulations 2013.

      — Ensure that any design or specification prepared for a specific project takes account of the General Principles of Prevention provided at Schedule 1 to the Safety, Health and Welfare at Work Act 2005.

      — Provide to EirGrid the Health and Safety File for the project in a format and number specified.

      The services provided by the Project Consultant will be expected to be fully in accordance with EirGrid's new Framework for Grid Development in the management and development of projects, and the associated internal processes and methodologies that are currently being prepared with regard to same.

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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: 12 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 7
      Maximum number: 9
      Objective criteria for choosing the limited number of candidates:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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 for an initial duration of 5 years with the option to extend 1 or more Lots annually for up to an additional 3 years, subject always to the satisfactory performance of the members.

       

      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: no
      II.2.14)Additional information

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

      II.2)Description
      II.2.1)Title:

       

      Landowner Engagement

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      22456000
      31321300
      70332100
      71240000
      71250000
      71311000
      71312000
      71313440
      71320000
      71321000
      71322000
      71333000
      71334000
      72224000
      79112100
      79416000
      79416200
      90711400
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      LOT 3: Landowner Engagement

      The successful Tenderer's delivery of services for Lot 3 will support the activities carried out by EirGrid as described below. Services to be provided to fulfil this function include but are not limited to the following:

      — Project management including cost, programme and quality;

      — Review landowner engagement documentation from previous stages of the project as required, and engage with landowners accordingly;

      — Carry out landowner identification;

      — Produce maps, drawings and schedules as required;

      — Prepare and issue individual landowner packs which include information such as letters, maps, policy and project briefing documents;

      — Advise on landowner engagement strategy;

      — Act as EirGrid's representative with landowners to build positive working relationship built on mutual trust and respect to deliver projects in a timely fashion;

      — Meet landowners to inform, listen, consult, take feedback in relation to project proposals and report back to them as required to address any issues raised;

      — Report and communicate landowner's concerns and comments to EirGrid;

      — Complete land-interest and pre-entry interviews and questionnaires;

      — Agree access arrangements for construction;

      — Inform landowners in relation to their entitlements and compensation and agree compensation as required;

      — Liaise with landowner representatives, department of agriculture, Forest service, or other interested parties as required;

      — Manage the landowner relationship through any further correspondence and meetings with landowners as required up to completion of the project;

      — Maintain and operate a landowner database, keep records of all landowner dealings, meetings and correspondences, to best quality management practice;

      — Ensure the security and confidentiality of all landowner and project data;

      — Provide solutions to the project team for issues and problems arising;

      — Provide regular reports in relation to progress with landowners, cost, quality and programme;

      — Provide project review and feedback;

      — Work with the wider project delivery team as required — such as other consultants, ESBN, other contractors;

      — Maintain an issues log;

      — Prepare and maintain a risk register;

      — Provide a complete project close out file on completion of the project.

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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: 3 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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 for an initial duration of 5 years with the option to extend 1 or more Lots annually for up to an additional 3 years, subject always to the satisfactory performance of the members.

       

      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: no
      II.2.14)Additional information

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

      II.2)Description
      II.2.1)Title:

       

      Client Engineering — Technical Authority and Maintenance of the Transmission Assets

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      22456000
      31321300
      70332100
      71240000
      71250000
      71311000
      71312000
      71313440
      71320000
      71321000
      71322000
      71333000
      71334000
      72224000
      79112100
      79416000
      79416200
      90711400
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      LOT 4: Client Engineering, Technical Authority and Maintenance of the Transmission Assets

      The Candidate's delivery of services for Lot 4 will support the activities carried out by EirGrid as described in the following.

      Act as Client Engineer on Development Projects. Services to be provided to fulfil this function include but are not limited to the following:

      — Review and assessment of detailed design for compliance with outline design and functional specification, including assessment of proposed amendments / variations as submitted by the constructor on contestable and non-contestable projects;

      — Review and assessment of High Voltage equipment procurement specifications submitted by customers via technical schedules and input to into term contracts;

      — Development of commissioning and energisation instructions and review of as built documentation;

      — Construction inspection and site visits for compliance with specification and approved design, including final acceptance of new plant as fit for purpose;

      — Completion of design review and construction monitoring checklists and input into stage gate review process to provide assessment of compliance of design and construction to relevant standards;

      — Provide responses to technical design authority on complex client engineer queries;

      — Provide input into or produce aspects of contestable specification packs (schematics, interlocking etc.), review of SLDs, substation layout drawings and provide expertise on HV cables, stations and Overhead lines for Customer projects;

      — Complete Suitability Assessment reports for extending, maintaining or reinforcing existing stations. This would typically include site visits and desktop analysis of existing stations. New technology suitability assessments are also included for all transmission plant i.e. substations, underground cables or overhead lines;

      — Provide technical subject matter expertise and recommendations into development of new transmission polices, technologies, processes, innovations and standards and revision of existing functional specifications, policies and standards;

      — Provide review and assessment of existing transmission assets on requirements for existing and future asset management and maintenance and the provision of reports as required following site visits;

      — Quality Assurance of transmission maintenance activities as and when required. This would involve site inspection visits of maintenance work and reporting following inspections;

      — Provision of subject matter expertise on asset management, engineering and maintenance (e.g. fault investigations) on the transmission system as required.

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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: 8 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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 for an initial duration of 5 years with the option to extend 1 or more Lots annually for up to an additional 3 years, subject always to the satisfactory performance of the members.

       

      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: no
      II.2.14)Additional information

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

      II.2)Description
      II.2.1)Title:

       

      Managed Services — Project Management and Engineering

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      22456000
      31321300
      70332100
      71240000
      71250000
      71311000
      71312000
      71313440
      71320000
      71321000
      71322000
      71333000
      71334000
      72224000
      79112100
      79416000
      79416200
      90711400
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      Ireland.

       

      II.2.4)Description of the procurement:

       

      LOT 5: Managed Services (Project Management and Engineering)

      The Candidate's delivery of Lot 5, Managed Services will support the activities carried out by EirGrid through provision of suitably qualified and experienced resources to EirGrid as required to meet EirGrid's business needs. The location will depend on the particular business need however it is envisaged that this work will be based in EirGrid's offices in Dublin, desk and IT equipment shall be provided. The role may involve some travelling to sites throughout Ireland.

      The expert areas where a managed service may be required include the following:

      Project Management

      Services to be provided to fulfil this function include but are not limited to the following:

      — Primarily responsible for managing a range of technical engineering projects. Projects include both the redevelopment of existing high voltage assets (substations, overhead lines and underground cables) and the development of new high voltage projects through the planning and consent process and during construction;

      — Producing high quality internal written reports, papers and presentations to strict deadlines in order to achieve internal project approvals;

      — Taking ownership of project delivery from pre-Capital Approval (project initiation) through to energisation and completion (project close). Assist in determining project objectives, project charter and scope;

      — Managing stakeholder interface including progress meetings, reporting, relationship management, stakeholder and landowner engagement coordination and general communication;

      — Using established project management techniques, coordinating a wide range of activities and inputs from other professionals including technical and engineering, environmental management, communications, public and stakeholder relations, vendor management, finance and procurement. Considered judgement based on analytical thought required. Problems may require an innovative approach;

      — Manage, review and coordinate the work of external consultants for projects.

      Engineering

      Services to be provided to fulfil this function include but are not limited to the provision of electrical, civil and mechanical engineering expertise in relation to the following:

      — Provision of engineering expertise to support a range of technical engineering projects. Projects include both the redevelopment of existing high voltage assets (substations, overhead lines and underground cables) and the development of new high voltage projects through feasibility and design, and the planning and consent process and during construction;

      — Review of functional design specifications including assessment of proposed amendments / variations as submitted by the constructor on contestable and non-contestable projects;

      — Construction inspection and site visits for compliance with specification and approved design, including final acceptance of new plant as fit for purpose and to review on-going transmission maintenance activities;

      — Responding to day-to-day equipment plant issues and coordinating with ESB Networks to manage discovered work and actions following transmission system faults including investigations;

      — Development and management of transmission system maintenance plans, policies and standards;

      — Reporting as required on all projects within area of responsibility;

      — Capable of supporting the team in representing company policy to external parties and stakeholders;

      — Provide subject matter expertise on specific issues arising.

      For the avoidance of doubt it is expected that the tenderer will provide both Project Management and Engineering managed services, rather than providing only one of these services.

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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: 2 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 7
      Objective criteria for choosing the limited number of candidates:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at 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 for an initial duration of 5 years with the option to extend 1 or more Lots annually for up to an additional 3 years, subject always to the satisfactory performance of the members.

       

      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: no
      II.2.14)Additional information

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

      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:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

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

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available at www.etenders.gov.ie

       

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

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available 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:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available 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:

       

      Interested candidates should refer to the Information Memorandum and Pre Qualification Questionnaire which is attached to the Etenders notice for this contract, available 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 several operators
      Envisaged maximum number of participants to the framework agreement: 17
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      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: 28/03/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 24/04/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English, Irish
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 9 (from the date stated for receipt of tender)
      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
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      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 eTax Clearance from the Revenue Commissioners when requested.

      6) If for any reason it is not possible to award the contract 1 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.

       

      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:

       

      The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU of the European Parliament and of the Council, 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
      Central office of the High Courts (Appeal Section)
      Ground Floor, East Wing, Inns Quay
      Dublin
      7
      Ireland
      Telephone: +353 18886000

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

      VI.5)Date of dispatch of this notice:
      23/02/2017
    © 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 27.02.2017
Zuletzt aktualisiert 27.02.2017
Wettbewerbs-ID 2-257414 Status Kostenpflichtig
Seitenaufrufe 59