The Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide Electrical, Instrumentation and Control Contracting Services for DPC Oil Zone.
Deadline
The time limit for receipt of tenders was 2021-09-10.
The procurement was published on 2021-07-29.
Object Scope of the procurement
Title:
โElectrical Contracting Services for DPC Oil Zone - Single Party Framework Agreement.โ
Products/services: Electrical services๐ฆ
Short description:
โThe Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide Electrical,...โ
Short description
The Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide Electrical, Instrumentation and Control Contracting Services for DPC Oil Zone.
Show more
Estimated value excluding VAT: EUR 10 000 000 ๐ฐ
The Contracting Entity proposes to engage in a competitive process for the establishment of single-party framework agreement to provide Electrical, Instrumentation and Control Contracting Services for DPC Oil Zone.
The following is a non-exhaustive list of the services required:
Operational Maintenance
โข Preventative Maintenance: Generator, Switchgear, Thermosurveys, Alarms, Emergency Lighting, Emergency Stops, Fire Alarm, gas detection validation, marine loading arm (MLA) maglocks, Earthing, UPS Systems, PLCs, SCADA, etc.
โข Shutdown Maintenance & CapEX, Support of Mech & Civil contractors, MLA inspections
โข Reactive Maintenance: UPS Systems, PLCs, SCADA (COP & FiFi), Lighting, Security access, Stripping pumps, starters, etc. Landline phones, Hydraulic system, On Call Service,
โข DSA Inspection; Annual Inspection, Works on faults
โข HAZOP/LOPA Sessions: Attendance at meetings/ sessions
Capital Works
โข Electrical System Condition Survey Report Works
โข Fire Fighting Protection System Condition Assessment Report Works
โข Instrumentation and control; SCADA, PLC, Network cabling and HMI system improvement works.
โข Other capital works as required.
Personnel assigned to carry out the electrical contracting services under this framework must be qualified electricians and must be CompEX certified or have an equivalent certification for working in an explosive atmosphere.
Personnel assigned to carry out the Instrumentation and Control must be qualified as instrumentation technicians (or equivalent) at minimum.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 10 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 72
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
โAs stated in the procurement documents available to download from www.etenders.gov.ie using RFT ID 184218โ Description
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT ID 184218
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please refer to tender documentation.
Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 184218โ Information about a particular profession
Reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
โPersonnel assigned to carry out the electrical contracting services under this framework must be qualified electricians and must be CompEX certified or have...โ
Reference to the relevant law, regulation or administrative provision
Personnel assigned to carry out the electrical contracting services under this framework must be qualified electricians and must be CompEX certified or have an equivalent certification for working in an explosive atmosphere.
Personnel assigned to carry out the Instrumentation and Control must be qualified as instrumentation technicians (or equivalent) at minimum.
.
Show more Conditions related to the contract
Contract performance conditions:
โAs stated in procurement documents available to download from www.etenders.gov.ie using RFT ID 184218โ 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
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
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
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-09-10
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Additional information
โ1) 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...โ
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 entity will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am โ 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:184218) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this framework.
6) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) 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.
11) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 subject to that number qualifying
Show more Review body
Name: High Court
Postal address: Four Courts
Postal town: Dublin
Postal code: 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18860000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: http://www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures: In accordance with the Remedies Directive and SI 131
Service from which information about the review procedure may be obtained
Name: Consult a legal advisor
Postal town: Ireland
Country: Ireland ๐ฎ๐ช
Source: OJS 2021/S 148-395256 (2021-07-29)