Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
National NDT Framework Agreement
Reference number: GWM8415
II.1.2)Main CPV code
71632200
II.1.3)Type of contract
Services
II.1.4)Short description:
The Contracting Entity intends to procure NDT Services for the type of Generating Stations listed below:
a) Thermal Power Plant;
b) Hydro Power Plant;
c) Wind Turbine Power Plant;
d) Other power plant as required.
See full description of the works in Section 11.2.4
II.1.5)Estimated total value
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)
71632200
II.2.3)Place of performance
NUTS code: IE0
Main site or place of performance:
II.2.4)Description of the procurement:
The Contracting Entity intends to procure NDT Services for the type of Generating Stations listed below:
a) Thermal Power Plant;
b) Hydro Power Plant;
c) Wind Turbine Power Plant;
d) Other power plant as required.
The list below outlines in general the requirements but there may be other requirements which will be outlined during the tender process:
Non Destructive Testing (NDT) — this includes all the main techniques of crack detection (MPI, DPI, EC, etc.), defect sizing, weld quality control techniques (radiography, etc), wall and oxide thickness, visual.
— Welding inspector.
— Metallurgical inspection and evaluation services – metallurgical sample preparation, in situ metallurgical evaluation techniques, i.e. hardness and replication, microstructural assessment.
— Project management, this includes management and control of medium to large sized inspection projects from the initial programming and pricing stages through to execution and completion.
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
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 FWA will run for 5 years with an option to extend for a further 3 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
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
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:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777 GWM8415
III.1.2)Economic and financial standing
List and brief description of selection criteria:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
Minimum level(s) of standards possibly required:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.1.3)Technical and professional ability
List and brief description of selection criteria:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
Minimum level(s) of standards possibly required:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 136777
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 5
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: 09/08/2018
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: 28/02/2019
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
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:
VI.4)Procedures for review
VI.4.1)Review body
Chief Registrar
Four Courts, Inns Quay
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
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
11/07/2018