Ausschreibung: Gasförmige Brennstoffe - IE-Ballymany Gasförmige Brennstoffe Erdgas Gasflaschen Gastanks Gasversorgung Mit der Gewinnung von Erdöl und Erdgas verbundene Dienstleistungen Fachdienste für die Erdgasindustrie Verflüssigtes Petroleumgas (LPG) Flüssiggasbehälter Dokument Nr...: 305723-2020 (ID: 2020070109053322470) Veröffentlicht: 01.07.2020 * IE-Ballymany: Gasförmige Brennstoffe 2020/S 125/2020 305723 Auftragsbekanntmachung Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Horse Racing Ireland (HRI) Nationale Identifikationsnummer: N/A Postanschrift: The Curragh, Co. Kildare Ort: Ballymany NUTS-Code: IE IRELAND Land: Irland Kontaktstelle(n): Beth Reid E-Mail: [6]breid@hri.ie Telefon: +353 45455497 Internet-Adresse(n): Hauptadresse: [7]https://www.goracing.ie Adresse des Beschafferprofils: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/330 I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169197&B=ETEN DERS_SIMPLE Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169197&B=ETE NDERS_SIMPLE Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Freizeit, Kultur und Religion Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: The Supply and Delivery of Natural and Liquified Petroleum Gas to HRI and Subsidiaries II.1.2)CPV-Code Hauptteil 09120000 Gasförmige Brennstoffe II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: The supply and delivery of natural and liquified petroleum gas to HRI and subsidiaries, in two lots: Lot 1: The Supply and Delivery of Natural Gas to HRI and Subsidiaries, Lot 2: The Supply and Delivery of Liquified Petroleum Gas to HRI and Subsidiaries. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 440 000.00 EUR II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: ja Angebote sind möglich für alle Lose II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: The Supply and Delivery of Natural Gas to HRI and Subsidiaries Los-Nr.: 1 II.2.2)Weitere(r) CPV-Code(s) 09123000 Erdgas 44612100 Gasflaschen 44612200 Gastanks 65210000 Gasversorgung 76000000 Mit der Gewinnung von Erdöl und Erdgas verbundene Dienstleistungen 76100000 Fachdienste für die Erdgasindustrie II.2.3)Erfüllungsort NUTS-Code: IE IRELAND II.2.4)Beschreibung der Beschaffung: The supply and delivery of natural gas to HRI and subsidiaries, to include unloading, fitting, reporting and maintenance. A full specification can be found in the tender document provided on eTenders. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 48 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: In the first instance, it is anticipated that an initial contract for two (2) years duration with an option to extend up to a maximum of four (4) years will be entered into with the successful tenderer emerging from this competitive process. The maximum duration of the framework agreement is 48 months. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: The Supply and Delivery of Liquified Petroleum Gas to HRI and Subsidiaries Los-Nr.: 2 II.2.2)Weitere(r) CPV-Code(s) 09133000 Verflüssigtes Petroleumgas (LPG) 44612000 Flüssiggasbehälter 44612100 Gasflaschen 44612200 Gastanks 65210000 Gasversorgung 76000000 Mit der Gewinnung von Erdöl und Erdgas verbundene Dienstleistungen 76100000 Fachdienste für die Erdgasindustrie II.2.3)Erfüllungsort NUTS-Code: IE IRELAND II.2.4)Beschreibung der Beschaffung: The supply and delivery of liquified petroleum gas to HRI and subsidiaries, to include unloading, fitting, reporting and maintenance. A full specification can be found in the tender document provided on eTenders. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 48 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: In the first instance, it is anticipated that an initial contract for two (2) years duration with an option to extend up to a maximum of four (4) years will be entered into with the successful tenderer emerging from this competitive process. The maximum duration of the framework agreement is 48 months. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to subcontract the delivery of any portion of the contract, it may be a condition of award of contract that both the service provider and any proposed subcontractor enter simultaneously into a collateral warranty with the contracting authority for the relevant portion of the contract. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to subcontract the delivery of any portion of the contract, it may be a condition of award of contract that both the service provider and any proposed subcontractor enter simultaneously into a collateral warranty with the Contracting Authority for the relevant portion of the contract. III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung Rahmenvereinbarung mit einem einzigen Wirtschaftsteilnehmer IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 28/07/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 12 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 28/07/2020 Ortszeit: 12:00 Angaben über befugte Personen und das Öffnungsverfahren: Electronic submissions via eTenders only. Hard copy tenders will not be included in evaluation. Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: ja Voraussichtlicher Zeitpunkt weiterer Bekanntmachungen: 4 VI.2)Angaben zu elektronischen Arbeitsabläufen Aufträge werden elektronisch erteilt Die elektronische Rechnungsstellung wird akzeptiert Die Zahlung erfolgt elektronisch VI.3)Zusätzliche Angaben: 1) Interested parties must register their interest on the eTenders website ([11]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 ([12]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 tenderers. 4) Establishment of the framework will be subject to the approval of the competent authorities. 5) It will be a condition of establishment that tenderers and all subcontractors are fully tax compliant as part of their application for participation in the competition. 6) If for any reason it is not possible for the successful tenderer to deliver the framework following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework as appropriate. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion. 7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or the framework at any time. 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 tender submissions with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully completed submissions in order to avoid the risk of elimination from the competition. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: The High Court Postanschrift: Four Court, Inns Quay Ort: Dublin 1 Land: Irland E-Mail: [13]HighCourtCentralOffice@courts.ie Telefon: +353 18886000 VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: Precise information on deadline(s) for review procedures: Statutory Instrument No 130 of 2010 (the Irish Remedies Regulations) 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.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 26/06/2020 References 6. mailto:breid@hri.ie?subject=TED 7. https://www.goracing.ie/ 8. https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/330 9. http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169197&B=ETENDERS_SIMPLE 10. http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169197&B=ETENDERS_SIMPLE 11. http://www.etenders.gov.ie/ 12. http://www.etenders.gov.ie/ 13. mailto:HighCourtCentralOffice@courts.ie?subject=TED OT: 01/07/2020 S125 Supplies - Contract notice - Open procedure Ireland-Ballymany: Gaseous fuels 2020/S 125-305723 Contract notice Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Horse Racing Ireland (HRI) National registration number: N/A Postal address: The Curragh, Co. Kildare Town: Ballymany NUTS code: IE IRELAND Country: Ireland Contact person: Beth Reid E-mail: [6]breid@hri.ie Telephone: +353 45455497 Internet address(es): Main address: [7]https://www.goracing.ie Address of the buyer profile: [8]https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/330 I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169197&B=ETEN DERS_SIMPLE Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=169197&B=ETE NDERS_SIMPLE 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 Recreation, culture and religion Section II: Object II.1)Scope of the procurement II.1.1)Title: The Supply and Delivery of Natural and Liquified Petroleum Gas to HRI and Subsidiaries II.1.2)Main CPV code 09120000 Gaseous fuels II.1.3)Type of contract Supplies II.1.4)Short description: The supply and delivery of natural and liquified petroleum gas to HRI and subsidiaries, in two lots: Lot 1: The Supply and Delivery of Natural Gas to HRI and Subsidiaries, Lot 2: The Supply and Delivery of Liquified Petroleum Gas to HRI and Subsidiaries. II.1.5)Estimated total value Value excluding VAT: 440 000.00 EUR II.1.6)Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots II.2)Description II.2.1)Title: The Supply and Delivery of Natural Gas to HRI and Subsidiaries Lot No: 1 II.2.2)Additional CPV code(s) 09123000 Natural gas 44612100 Gas cylinders 44612200 Gas tanks 65210000 Gas distribution 76000000 Services related to the oil and gas industry 76100000 Professional services for the gas industry II.2.3)Place of performance NUTS code: IE IRELAND II.2.4)Description of the procurement: The supply and delivery of natural gas to HRI and subsidiaries, to include unloading, fitting, reporting and maintenance. A full specification can be found in the tender document provided on eTenders. 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 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: In the first instance, it is anticipated that an initial contract for two (2) years duration with an option to extend up to a maximum of four (4) years will be entered into with the successful tenderer emerging from this competitive process. The maximum duration of the framework agreement is 48 months. 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 II.2)Description II.2.1)Title: The Supply and Delivery of Liquified Petroleum Gas to HRI and Subsidiaries Lot No: 2 II.2.2)Additional CPV code(s) 09133000 Liquefied Petroleum Gas (LPG) 44612000 Liquefied-gas containers 44612100 Gas cylinders 44612200 Gas tanks 65210000 Gas distribution 76000000 Services related to the oil and gas industry 76100000 Professional services for the gas industry II.2.3)Place of performance NUTS code: IE IRELAND II.2.4)Description of the procurement: The supply and delivery of liquified petroleum gas to HRI and subsidiaries, to include unloading, fitting, reporting and maintenance. A full specification can be found in the tender document provided on eTenders. 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 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: In the first instance, it is anticipated that an initial contract for two (2) years duration with an option to extend up to a maximum of four (4) years will be entered into with the successful tenderer emerging from this competitive process. The maximum duration of the framework agreement is 48 months. 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: A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to subcontract the delivery of any portion of the contract, it may be a condition of award of contract that both the service provider and any proposed subcontractor enter simultaneously into a collateral warranty with the contracting authority for the relevant portion of the contract. 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.2.2)Contract performance conditions: A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to subcontract the delivery of any portion of the contract, it may be a condition of award of contract that both the service provider and any proposed subcontractor enter simultaneously into a collateral warranty with the Contracting Authority for the relevant portion of the contract. III.2.3)Information about staff responsible for the performance of 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 The procurement involves the establishment of a framework agreement Framework agreement with a single operator 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: yes 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: 28/07/2020 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 Duration in months: 12 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Date: 28/07/2020 Local time: 12:00 Information about authorised persons and opening procedure: Electronic submissions via eTenders only. Hard copy tenders will not be included in evaluation. Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: yes Estimated timing for further notices to be published: 4 VI.2)Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3)Additional information: 1) Interested parties must register their interest on the eTenders website ([11]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 ([12]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 tenderers. 4) Establishment of the framework will be subject to the approval of the competent authorities. 5) It will be a condition of establishment that tenderers and all subcontractors are fully tax compliant as part of their application for participation in the competition. 6) If for any reason it is not possible for the successful tenderer to deliver the framework following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework as appropriate. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion. 7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or the framework at any time. 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 tender submissions with missing or incomplete information. Therefore, tenderers are advised to ensure that they return fully completed submissions in order to avoid the risk of elimination from the competition. VI.4)Procedures for review VI.4.1)Review body Official name: The High Court Postal address: Four Court, Inns Quay Town: Dublin 1 Country: Ireland E-mail: [13]HighCourtCentralOffice@courts.ie Telephone: +353 18886000 VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures: Statutory Instrument No 130 of 2010 (the Irish Remedies Regulations) 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.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 26/06/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de