Contract notice

Information

Published

Date of dispatch of this notice: 12/04/2019

Expire date: 17/05/2019

External Reference: 2019-271086

TED Reference: 2019/S 075-178679

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Commission for Regulation of Utilities
N/A
The Grain House, The Exchange, Belgard Square North
Tallaght
Dublin 24 D24 PXW0
IE
Contact person: Tuan Keane
Telephone: +353 14000800
Internet address(es):
Main address: http://www.cru.ie

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=145450&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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:  Regulatory Body

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Gas Safety Framework - Technical Consultancy Support
Reference number:  011-03-402
II.1.2)

Main CPV code

71621000  -  Technical analysis or consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The CRU wishes to procure a technical consultant(s) to advise the Gas Safety Regulatory Framework (GSF) team in the Energy Safety Division on certain issues. The consultant will provide specialist advice and expertise in relation to technical issues affecting the existing GSF and its ongoing operation. The technical consultant will be required to assist the team in carrying out the CRU’s regulatory and legislative responsibilities with respect to gas safety (both natural gas and LPG). This includes, in particular, auditing and inspecting LPG licensed undertakings and natural gas undertakings with respect to safety as required under the Electricity Regulation Act 1999, as amended.
These work activities are outlined in the CRU 2019 – 2021 Strategic Plan specifically 1.1.5 Deliver Core Safety Functions and 4.1.3 Extend and update the GSF to ensure that the introduction of new fuels and technologies achieve the appropriate standard of public safety.
II.1.5)

Estimated total value

Value excluding VAT: 560000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

65200000  -  Gas distribution and related services
76000000  -  Services related to the oil and gas industry
79417000  -  Safety consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Tallaght, Dublin 24.
II.2.4)

Description of the procurement

The CRU wishes to procure a technical consultant(s) to advise the Gas Safety Regulatory Framework (GSF) team in the Energy Safety Division on certain issues. The consultant will provide specialist advice and expertise in relation to technical issues affecting the existing GSF and its ongoing operation. The technical consultant will be required to assist the team in carrying out the CRU’s regulatory and legislative responsibilities with respect to gas safety (both natural gas and LPG). This includes, in particular, auditing and inspecting LPG licensed undertakings and natural gas undertakings with respect to safety as required under the Electricity Regulation Act 1999, as amended.
These work activities are outlined in the CRU 2019 – 2021 Strategic Plan specifically 1.1.5 Deliver Core Safety Functions and 4.1.3 Extend and update the GSF to ensure that the introduction of new fuels and technologies achieve the appropriate standard of public safety.
The Gas Safety Framework team wishes to engage consultants to provide specialist technical assistance to the team in carrying out its regulatory activities when required.
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: 560000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The contract is for a period of two years with an option for renewal for a further year, up to a maximum of 2 times i.e. maximum contract is 4 years. It is expected that the contract will become operational in July 2019.
This will be on an as-needed basis; it is intended that this consultancy will complement and support the CRU’s existing staff in carrying out operational and policy work.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  Please refer to section 3.2. of the Request for Tender Document
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.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to section 3.2. of the Request for Tender Document

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  17/05/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  17/05/2019
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

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High CourtCheif Registrar
Four Courts, Inns Quay
Dublin 7
IE