loading
  • GB-BT1 3LP Belfast
  • 22.05.2017
  • Ausschreibung
  • (ID 2-263183)

Technical, Regulatory and Compliance Support Minor Projects — Safety Case, Emergency Response, Pipelines, Mechanical and Civil


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.05.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Technische Ausrüstung / Objektplanung Ver-/ Entsorgung
    Sprache Englisch
    Aufgabe
    Mutual Energy Limited (‘Mutual’) is seeking to procure a framework contract, which it currently anticipates will have 3 competent and experienced providers, that can deliver safety case, emergency response, pipelines, mechanical and civil services, aimed at small scale projects with a call-off value of less than GDP 10 000 per activity. Whilst Mutual is conducting this tender process, the Framework Agreement and call-off contracts shall be entered into by Inter-connector Services Limited (‘ISL’), a wholly owned subsidiary of Mutual, which exists to contract services which are shared across the three operating companies of the Mutual Energy Group (West Transmission Limited, Belfast Gas Transmission Limited and Premier Transmission Limited). It is anticipated that the framework will incorporate a range of day rate and/or resource prices aligned with the activities required.
    Leistungsumfang
    Mutual will conduct this procurement using the Open Procedure. Further information will be provided in the Invitation to Tender.
    Adresse des Bauherren UK-BT1 3LP Belfast
    TED Dokumenten-Nr. 154882-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: Engineering design services

      2017/S 080-154882

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Mutual Energy Limited
      c/o Pinsent Masons Belfast LLP, The Soloist, 1 Lanyon Place
      Belfast
      BT1 3LP
      United Kingdom
      Contact person: Kerry Teahan
      E-mail: MjE2XWVkZVFcVmJRXVVnX2JbMGBZXmNVXmRdUWNfXmMeU19d
      NUTS code: UKN01

      Internet address(es):

      Main address: http://www.mutual-energy.com/

      I.2)Joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://www.mutual-energy.com/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the following address:
      Mutual Energy Limited
      c/o Pinsent Masons Belfast LLP, The Soloist, 1 Lanyon Place
      Belfast
      BT1 3LP
      United Kingdom
      E-mail: MTJrc3JzX2pkcF9rY3VtcGk+bmdscWNscmtfcW1scSxhbWs=
      NUTS code: UKN01

      Internet address(es):

      Main address: http://www.mutual-energy.com/

      I.6)Main activity
      Production, transport and distribution of gas and heat

      Section II: Object

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

       

      Technical, Regulatory and Compliance Support Minor Projects — Safety Case, Emergency Response, Pipelines, Mechanical and Civil.

       

      II.1.2)Main CPV code
      71320000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Mutual Energy Limited (‘Mutual’) is seeking to procure a framework contract, which it currently anticipates will have 3 competent and experienced providers, that can deliver safety case, emergency response, pipelines, mechanical and civil services, aimed at small scale projects with a call-off value of less than GDP 10 000 per activity. Whilst Mutual is conducting this tender process, the Framework Agreement and call-off contracts shall be entered into by Inter-connector Services Limited (‘ISL’), a wholly owned subsidiary of Mutual, which exists to contract services which are shared across the three operating companies of the Mutual Energy Group (West Transmission Limited, Belfast Gas Transmission Limited and Premier Transmission Limited). It is anticipated that the framework will incorporate a range of day rate and/or resource prices aligned with the activities required.

       

      II.1.5)Estimated total value
      Value excluding VAT: 750 000.00 GBP
      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)
      71311100
      71311000
      71333000
      71317210
      71317200
      76600000
      71336000
      II.2.3)Place of performance
      NUTS code: UKN01
      Main site or place of performance:

       

      Northern Ireland (various).

       

      II.2.4)Description of the procurement:

       

      Mutual will conduct this procurement using the Open Procedure. Further information will be provided in the Invitation to Tender.

       

      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: 750 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework Agreement will be set for an initial term of five (5) years, with an extension option of a maximum of three (3) years, in one (1) year intervals, solely at ISL's discretion.

       

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

       

      Mutual envisages 3 candidates being accepted onto the Framework. The providers will be appointed to the panel on the premise that they have provided a market rate for particular activities, but are not guaranteed work. A detailed specification is provided in Appendix 1 to the ITT, which is available by emailing: MjE2XWVkZVFcVmJRXVVnX2JbMGBZXmNVXmRdUWNfXmMeU19d

       

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

       

      Applicants must be able to demonstrate a turnover of greater than 100 000 GBP per annum, for each of the last three (3) financial years.

       

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

       

      In summary, each applicant is required to demonstrate the following from the 5 categories. Further information on this is included in the Invitation to Tender document:

      1. Health and Safety

      Applicants are required to provide (inter alia) details of their health and safety policy and health and safety management systems, details of convictions and prosecutions and compliance with Regulations.

      2. Mechanical Experience

      Applicants are required to provide details of one (1) project where they have provided mechanical and civil services, completed in the three (3) years prior to the tender deadline.

      3. Pipeline Experience

      Applicants are required to provide details of one (1) project where they have designed, built or constructed, or have provided technical and integrity support in respect of all or part of a pipeline system, for example pipeline cathodic protection or pipeline protection, completed in the three (3) years prior to the tender deadline.

      4. Compliance and Safety Case Experience

      Applicants are required to provide details of one (1) project where they have provided technical and compliance support services such as a written scheme of examination of pressure systems, safety case, major accident prevention document, emergency procedures and/or equivalent regulations/documentation, completed in the three (3) years prior to the tender deadline.

      5. Quality

      Applicants are required to provide details of the quality management system they have in place as well as any external auditing or accreditations they are working towards.

       

      III.1.4)Objective rules and criteria for participation
      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      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
      Open procedure
      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: 3
      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: 22/05/2017
      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
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 22/05/2017
      Local time: 12:00

      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:

       

      Mutual expressly reserves the right: (i) To cancel this procurement at any stage (ii) Not to award any contract as a result of the procurement process by publication of this notice; and (iii) To make whatever changes it may see fit to the content and structure of the competition. Mutual shall not be responsible for any costs incurred by bidders, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.

      The ITT documentation can be obtained from the contact identified at Section I.3) of this notice. When requesting the information, bidders are required to identify a contact point and a corresponding email address. In the event that Mutual is required to circulate any clarifications during the tender process, it shall send any clarifications to this address and will not be responsible for contacting bidders in any other way. It is the bidders' responsibility to ensure that this contact information is kept up to date and bidders are to advise Mutual as soon as possible if the contact point changes. It is the responsibility of bidders to ensure that they access the ITT documentation promptly in order to give themselves sufficient time to provide a full and accurate response.

      All discussion and correspondence shall be deemed strictly subject to contract until the Framework Agreement is entered into. The Framework Agreement shall not be binding until signed and dated by Mutual and the relevant bidders.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of Justice in Northern Ireland
      Royal Courts of Justice, Chichester Street
      Belfast
      BT1 3JF
      United Kingdom
      E-mail: MjE0YVhYW1VXMlVhZ2RmZWBbIFlhaCBnXQ==
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Mutual Energy limited
      c/o Pinsent Masons Belfast LLP, The Soloist, 1 Lanyon Place
      Belfast
      BT1 3LP
      United Kingdom
      E-mail: MThlbWxtWWRealllXW9namM4aGFma11mbGVZa2dmayZbZ2U=

      Internet address:http://www.mutual-energy.com/

      VI.5)Date of dispatch of this notice:
      21/04/2017
    © 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 25.04.2017
Zuletzt aktualisiert 25.04.2017
Wettbewerbs-ID 2-263183 Status Kostenpflichtig
Seitenaufrufe 45