Contract notice - utilities

Information

Published

Date of dispatch of this notice: 10/02/2016

Expire date: 16/03/2016

External Reference: 2016-937675

TED Reference: 2016/S 030-049045

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Dublin 4  Ballsbridge
IE
For the attention of: Anthony Flood
Telephone: +353 012370123
E-mail: Anthony.flood@eirgrid.com
Internet address(es):
General address of the contracting entity: http://www.eirgrid.com
Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/219
Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=96385&B=ETENDERS_SIMPLE
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Electricity
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

Employer’s Representative Connah’s Quay New Connection Works

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No12:  Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
    Main site or location of works, place of delivery or of performance:

    Wales

    NUTS code
    WALES
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in months: 60
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    Estimated cost excluding VAT
    Range: between  900000  and 1100000  EUR
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    The objective of this Pre-Qualification Questionnaire (PQQ) process is to produce

    a short-list of suitably qualified companies who will be invited to tender for the

    provision of Employers Representatives Services as required for EirGrid Group.

    EirGrid Interconnector Ltd (“EIL”) is the owner and operator of the 500MW HVDC

    East West Interconnector (“EWIC”) which was designed, installed and

    commissioned by ABB SE and went into full commercial operation in July 2013.

    EWIC connects the Irish and UK transmission systems with the UK Point of

    Connection located at Deeside 400kV Substation. The associated connection

    agreement between EIL and National Grid includes for the Point of Connection to

    be transferred to a new station Connah’s Quay in May 2017. National Grid is

    currently on programme with the commissioning of Connah’s Quay and the EWIC

    outage is scheduled for June 2017.

    The connection agreement places the responsibility on EIL to design, build and

    commission all interface works associated with the new connection, including the

    installation of a new section of HVDC cable and any necessary control and

    protection equipment. During the associated outage (approx. 30-40 days) to

    undertake the above works, EIL will use the opportunity to progress some or all of

    the proposed IT & SCM system at the converter stations in Shotton and Portan.

    The project will progress in two phases; Phase 1 includes the scoping and

    contract negotiation stages while Phase 2, includes the delivery and

    commissioning of the works. The project plan includes the installation and

    commission of all works during the 2017 outage; however it is possible that some

    or all of this work be executed in 2018.

    EirGrid now seek the services of an experienced company to provide personnel

    for the role of Employer’s Representative.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    71300000   Engineering services
    Supplementary vocabulary
    71310000   Consultative engineering and construction services
    71311000   Civil engineering consultancy services
    71316000   Telecommunication consultancy services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Information about lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    Estimated cost excluding VAT
    Range: between  900000  and 1100000  EUR
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    Provisional timetable for recourse to these options:
    in months: 24 (from the award of the contract)
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 060 (from the award of the contract)

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    III.2)

    Conditions for participation

    III.2.1)

    Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

    Information and formalities necessary for evaluating if the requirements are met:

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    III.2.3)

    Technical capacity

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    ENQEIR520

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    14.03.2016 - 17:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN], [Language_GA]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.3)

    Additional information:

    Interested parties should see the Pre-Qualification Questionnaire (PQQ) attached to this eTenders Notice for full details

    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    Inns Quay
    7  Dublin
    IE
    E-mail: highcourtcentraloffice@courts.ie
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    Precise information on deadline(s) for lodging appeals: The contracting authority will not conclude this framework agreement (and the reviewable public contract) to which a standstill period applies in accordance with Irish Statutory Instrument, SI 130 of 2010, until after the expiry of the standstill period which commences on the day following the date of notification of 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 framework agreement (including 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 to that framework agreement and reviewable public contract.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    Please consult a legal advisor
    Internet address: