loading
  • IE-4 Dublin
  • 11.05.2017
  • Ausschreibung
  • (ID 2-262344)

Marine Survey — Cross-Shannon Cable Project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 11.05.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Vermessung
    Sprachen Englisch, Irisch
    Aufgabe
    EirGrid have identified a requirement to procure a marine survey contractor to carry out high-quality estuarine geophysical, geotechnical and benthic marine surveys in the Shannon Estuary between Moneypoint in County Clare and Kilpaddoge in County Kerry along with associated reporting. The approximate length of the estuary crossings which are the subject of this survey is 3 kilometres. The seabed/estuary bed survey programme will be undertaken in order to enable optimal cable engineering of a route viable for installation.
    The survey will comprise of the following activities:
    — Marine Geophysical Surveys (Autumn 2017),
    — Marine Geotechnical Sampling and Laboratory Tests (Autumn 2017 following completion of the Marine Geophysical Surveys),
    — Benthic Survey (Autumn 2017 Maybe required).
    Please see the Information Memorandum and Pre Qualification Questionnaire attached to the eTenders notice for full details.
    Leistungsumfang
    High levels of renewable generation are currently being integrated into the transmission and distribution systems in the South and West of Ireland. At times of high wind generation output, it is expected that wind generation will displace conventional generation on the system in order of economic merit, while respecting operational constraints. As a consequence of this, at times of high wind, large bulk power flows are expected to flow from the West and Southwest towards the large load centres on the East coast. A system reinforcement is required to facilitate these projected power flows, as well as to resolve other network issues including voltage collapse, large phase angles and thermal issues.
    Part of the system reinforcement required includes the development of the Moneypoint — Kilpaddoge 400 kV circuit. This will involve the installation of an additional cross Shannon cable at 400kV between the existing substations at Moneypoint Co. Clare and Kilpaddoge Co. Kerry, as well as the installation of a new 400/220 kV transformer at Kilpaddoge substation.
    EirGrid have identified a requirement to procure a marine survey contractor to carry out high-quality estuarine geophysical, geotechnical and benthic marine surveys in the Shannon Estuary between Moneypoint in County Clare and Kilpaddoge in County Kerry along with associated reporting. The approximate length of the estuary crossings which are the subject of this survey is 3 kilometres. The seabed/estuary bed survey programme will be undertaken in order to enable optimal cable engineering of a route viable for installation.
    The survey will comprise of the following activities:
    — Marine Geophysical Surveys (Autumn 2017),
    — Marine Geotechnical Sampling and Laboratory Tests (Autumn 2017 following completion of the Marine Geophysical Surveys),
    — Benthic Survey (Autumn 2017 Maybe required).
    Please see the Information Memorandum and Pre Qualification Questionnaire attached to the eTenders notice for full details.
    Adresse des Bauherren IE-4 Dublin
    TED Dokumenten-Nr. 142423-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Ireland-Dublin: Marine survey services

      2017/S 074-142423

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      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: MjEyZFloWWYia1xZVWZdaG00WV1mW2ZdWCJXY2E=
      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=111073&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=111073&B=ETENDERS_SIMPLE
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: Electricity

      Section II: Object

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

       

      Marine Survey — Cross-Shannon Cable Project.

       

      Reference number: ENQEIR578
      II.1.2)Main CPV code
      71354500
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      EirGrid have identified a requirement to procure a marine survey contractor to carry out high-quality estuarine geophysical, geotechnical and benthic marine surveys in the Shannon Estuary between Moneypoint in County Clare and Kilpaddoge in County Kerry along with associated reporting. The approximate length of the estuary crossings which are the subject of this survey is 3 kilometres. The seabed/estuary bed survey programme will be undertaken in order to enable optimal cable engineering of a route viable for installation.

      The survey will comprise of the following activities:

      — Marine Geophysical Surveys (Autumn 2017),

      — Marine Geotechnical Sampling and Laboratory Tests (Autumn 2017 following completion of the Marine Geophysical Surveys),

      — Benthic Survey (Autumn 2017 Maybe required).

      Please see the Information Memorandum and Pre Qualification Questionnaire attached to the eTenders notice for full details.

       

      II.1.5)Estimated total value
      Value excluding VAT: 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.

       

      II.2.4)Description of the procurement:

       

      High levels of renewable generation are currently being integrated into the transmission and distribution systems in the South and West of Ireland. At times of high wind generation output, it is expected that wind generation will displace conventional generation on the system in order of economic merit, while respecting operational constraints. As a consequence of this, at times of high wind, large bulk power flows are expected to flow from the West and Southwest towards the large load centres on the East coast. A system reinforcement is required to facilitate these projected power flows, as well as to resolve other network issues including voltage collapse, large phase angles and thermal issues.

      Part of the system reinforcement required includes the development of the Moneypoint — Kilpaddoge 400 kV circuit. This will involve the installation of an additional cross Shannon cable at 400kV between the existing substations at Moneypoint Co. Clare and Kilpaddoge Co. Kerry, as well as the installation of a new 400/220 kV transformer at Kilpaddoge substation.

      EirGrid have identified a requirement to procure a marine survey contractor to carry out high-quality estuarine geophysical, geotechnical and benthic marine surveys in the Shannon Estuary between Moneypoint in County Clare and Kilpaddoge in County Kerry along with associated reporting. The approximate length of the estuary crossings which are the subject of this survey is 3 kilometres. The seabed/estuary bed survey programme will be undertaken in order to enable optimal cable engineering of a route viable for installation.

      The survey will comprise of the following activities:

      — Marine Geophysical Surveys (Autumn 2017),

      — Marine Geotechnical Sampling and Laboratory Tests (Autumn 2017 following completion of the Marine Geophysical Surveys),

      — Benthic Survey (Autumn 2017 Maybe required).

      Please see the Information Memorandum and Pre Qualification Questionnaire attached to the eTenders notice for full details.

       

      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: 500 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 5
      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: 3
      Maximum number: 5
      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 http://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:

       

      Benthic Surveys — Maybe required.

       

      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 http://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 http://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.1.5)Information about reserved contracts
      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 http://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
      Competitive procedure with negotiation
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.5)Information about negotiation
      The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
      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: 11/05/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 19/05/2017
      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
      VI.3)Additional information:

       

      1) Interested parties must register their interest on the eTenders web site (http://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 (http://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:

       

      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:
      11/04/2017
    © 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 18.04.2017
Zuletzt aktualisiert 18.04.2017
Wettbewerbs-ID 2-262344 Status Kostenpflichtig
Seitenaufrufe 42