Electrical Power Systems Consultancy Services Framework
SONI has the responsibility as the transmission system operator (TSO) under its license to plan the network and develop the transmission network.
United Kingdom-Belfast: Electrical power systems design services
2015/S 114-207423
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
SONI Ltd
N/A
Castlereagh House, 12 Manse Road
For the attention of: Noreen Magowan
BT6 9RT Belfast
UNITED KINGDOM
Telephone: +44 2890707406
E-mail: purchasing@eirgrid.com
Fax: +353 16615375
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=88997&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
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: 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: Northern Ireland.
NUTS code UKN0
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Frequency and value of the contracts to be awarded: The framework agreement period will be for three years with an option to extend for another year, subject always to the satisfactory performance of each member.
II.1.5)Short description of the contract or purchase(s):
Candidates are invited to submit a qualification application for inclusion on the tender list for one or more of the applicable Lots .SONI envisages qualifying between five and ten Candidates per Lot from this pre-qualification process, subject to the quality of responses received.
Candidates who successfully qualify for one or more of the following Lots will be invited to submit a tender proposal for said Lot(s).
The framework agreement period will be for 3 years with an option to extend for another year, subject always to the satisfactory performance of each member.
II.1.6)Common procurement vocabulary (CPV)
71323100, 71320000, 71325000, 71327000, 71621000, 79421200, 79930000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1Lot title: Advice on Project Feasibility
1)Short description:
2)Common procurement vocabulary (CPV)
71323100, 71320000, 71325000, 71327000, 71621000, 79421200, 79930000
3)Quantity or scope:
Lot No: 2Lot title: Design Services — Sub Station Design
1)Short description:
2)Common procurement vocabulary (CPV)
71323100, 71320000, 71325000, 71327000, 71621000, 79421200, 79930000
3)Quantity or scope:
Lot No: 3Lot title: Design Services — Cable Design
1)Short description:
2)Common procurement vocabulary (CPV)
71323100, 71320000, 71325000, 71327000, 71621000, 79421200, 79930000
3)Quantity or scope:
Lot No: 4Lot title: Design Services — Overhead Line Design
1)Short description:
2)Common procurement vocabulary (CPV)
71323100, 71320000, 71325000, 71327000, 71621000, 79421200, 79930000
3)Quantity or scope:
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
Description of particular conditions: Please see Information Memorandum and Pre Qualification Questionnaire attached to this notice.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Other: Irish.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
1) Interested parties must register their interest on the eTenders web site (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 (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 from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one 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.4.1)Body responsible for appeal procedures
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Body responsible for mediation procedures
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: