loading
  • IE Lifford
  • 28.09.2018
  • Ausschreibung
  • (ID 2-311940)

Engineering Consultancy Service for Local Authority Public Lighting Energy Efficiency Project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 28.09.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur / Verkehr
    Art der Leistung Bauleistung / Objektplanung Verkehrsanlagen / Energieplanung/ -beratung / sonstige
    Sprache Englisch
    Aufgabe
    Engineering Consultancy Service for Local Authority Public Lighting Energy Efficiency Project
    Leistungsumfang
    Public lighting accounts for over 56M EUR in public expenditure annually and, uses 485 GWh of primary energy per annum, over half of the entire electricity consumption of Ireland’s Local Authorities. A large scale retrofit programme to replace existing public/street lighting to LED (Light Emitting Diode) technology is proposed for 27 Local Authorities in Ireland (excluding Dublin Local Authorities). LED technology has developed significantly in recent years for use in public/street lighting to provide a high-quality service with greater energy efficiency. LED lighting can incorporate additional technologies such as trimming and dimming to provide further energy savings.
    The next step in implementing the “RMO Public Lighting Energy Efficiency Project” is to appoint a Consultant to deliver several key work packages;
    WP 1.1 RMO Public Lighting Asset Management Research Paper
    WP 1.2 RMO Public Lighting Retrofitting Guidance Document
    WP 1.3 RMO Public Lighting Specification
    WP 2.1 Public Lighting LED Retrofitting Model Forms of Contract Documents
    WP 2.2 Public Lighting Asset Condition Survey Specification
    WP 3.1 Produce Tender Contract Documents for Region 1
    WP 3.2 Regional (LED) Retrofit Contract Specification
    WP 3.3 RMO Public Lighting Energy Efficiency Project H&S File Specification
    WP 4.1 Maintenance Contracts Report
    WP 4.2 Public Lighting Maintenance Model Forms of Contract Documents
    WP 5.1 Tender Evaluation for Region 1 (Retrofit)
    WP 5.2 Tender Assessment Report
    It is expected that the successful tenderer will undertake the work during late 2018 and early 2019, during a six-month period.
    All Work Packages require an in-depth consultation process with a wide range of stakeholders, including, Road Management Office, Local Authorities, Public Lighting Steering Group, Transport Infrastructure Ireland, ESB Networks, Institution of Lighting Professionals, Public Lighting Contractors in Ireland and UK and other relevant third parties by The Consultant.
    Adresse des Bauherren IE-Lifford
    TED Dokumenten-Nr. 356153-2018

  • Anzeigentext Ausschreibung

    maximieren


    • Ireland-Lifford: Energy-efficiency consultancy services

      2018/S 155-356153

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Donegal County Council
      County House, Co Donegal
      Lifford
      Ireland
      Contact person: Road Management Office (RMO)
      Telephone: +74 9153960
      E-mail: MTRfa2pwXV9wPG5payplYQ==
      NUTS code: IE0

      Internet address(es):

      Main address: http://www.donegalcoco.ie

      Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1193

      I.2)Information about 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=133665&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=133665&B=ETENDERS_SIMPLE
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

      Engineering Consultancy Service for Local Authority Public Lighting Energy Efficiency Project

      Reference number: Local Authority Public Lighting
      II.1.2)Main CPV code
      71314300
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Engineering Consultancy Service for Local Authority Public Lighting Energy Efficiency Project

      II.1.5)Estimated total value
      Value excluding VAT: 200 000.00 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)
      34928500
      34928510
      45316110
      50232000
      50232100
      50232110
      71311200
      71311210
      71320000
      71322500
      71330000
      79415200
      II.2.3)Place of performance
      NUTS code: IE
      II.2.4)Description of the procurement:

      Public lighting accounts for over 56M EUR in public expenditure annually and, uses 485 GWh of primary energy per annum, over half of the entire electricity consumption of Ireland’s Local Authorities. A large scale retrofit programme to replace existing public/street lighting to LED (Light Emitting Diode) technology is proposed for 27 Local Authorities in Ireland (excluding Dublin Local Authorities). LED technology has developed significantly in recent years for use in public/street lighting to provide a high-quality service with greater energy efficiency. LED lighting can incorporate additional technologies such as trimming and dimming to provide further energy savings.

      The next step in implementing the “RMO Public Lighting Energy Efficiency Project” is to appoint a Consultant to deliver several key work packages;

      WP 1.1 RMO Public Lighting Asset Management Research Paper

      WP 1.2 RMO Public Lighting Retrofitting Guidance Document

      WP 1.3 RMO Public Lighting Specification

      WP 2.1 Public Lighting LED Retrofitting Model Forms of Contract Documents

      WP 2.2 Public Lighting Asset Condition Survey Specification

      WP 3.1 Produce Tender Contract Documents for Region 1

      WP 3.2 Regional (LED) Retrofit Contract Specification

      WP 3.3 RMO Public Lighting Energy Efficiency Project H&S File Specification

      WP 4.1 Maintenance Contracts Report

      WP 4.2 Public Lighting Maintenance Model Forms of Contract Documents

      WP 5.1 Tender Evaluation for Region 1 (Retrofit)

      WP 5.2 Tender Assessment Report

      It is expected that the successful tenderer will undertake the work during late 2018 and early 2019, during a six-month period.

      All Work Packages require an in-depth consultation process with a wide range of stakeholders, including, Road Management Office, Local Authorities, Public Lighting Steering Group, Transport Infrastructure Ireland, ESB Networks, Institution of Lighting Professionals, Public Lighting Contractors in Ireland and UK and other relevant third parties by The Consultant.

      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: 200 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 6
      This contract is subject to renewal: no
      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:

      Refer to the 'ITTS 2b Instruction To Tender for Services (Open Procedure) Tendered Hourly Rate' and 'QC 2 Service Provider Open Procedure' for details.

      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:
      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
      Open procedure
      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.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      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: 28/09/2018
      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: 29/03/2019
      IV.2.7)Conditions for opening of tenders
      Date: 28/09/2018
      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:
      VI.4)Procedures for review
      VI.4.1)Review body
      High Court of Ireland
      Four Courts, Inns Quay
      Dublin 7
      Ireland
      E-mail: MTNlZmRlYGxyb3FgYmtxb15pbGNjZmBiPWBscm9xcCtmYg==
      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:
      10/08/2018
    © 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 14.08.2018
Zuletzt aktualisiert 14.08.2018
Wettbewerbs-ID 2-311940 Status Kostenpflichtig
Seitenaufrufe 36