Contract notice - utilities

Information

Published

Date of dispatch of this notice: 07/09/2017

Expire date: 12/10/2017

External Reference: 2017-735494

TED Reference: 2017/S 174-357149

Contract notice - utilities

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: James Ward
Telephone: +353 11234567
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.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=118286&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.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Renewable energy ecological consultancy services framework
Reference number:  GWM-7201
II.1.2)

Main CPV code

90700000  -  Environmental services
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Provision of renewable energy ecological consultancy services related to offshore wind farms acquired, developed or built during the term of the Framework, including Joint Venture or subsidiary developments. ESB plans to develop or acquire the offshore wind farms commencing in 2018, through a pipeline of projects which are currently going through the consenting process. The size of individual projects is expected to range between 200 MW and 500 MW, although some projects could be larger. The location of these initial offshore wind farms is expected to be in the Irish sea. Further information is set out in the Pre-Qualification documentation.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  one lot only
II.2)

Description

II.2.1)

Title

Terrestrial & Aquatic Ecology Consultancy Services
Lot No:  1
II.2.2)

Additional CPV code(s)

90700000  -  Environmental services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland and the U.K.
II.2.4)

Description of the procurement

The high level scope of services for Lot 1 includes but is not limited to the following:
Lot 1: Terrestrial & Aquatic Ecology Consultancy Services
Terrestrial Ecology Surveys
Habitat surveys, classification and mapping (Fossitt 2000 and Phase 1 Habitat Classification in Republic of Ireland, JNCC Habitats Classification in the UK)
Botanical surveys
Invasive species surveys
Bird surveys (Multi-seasonal)
Bat surveys (Multi-seasonal)
Large mammal surveys (e.g. Badger and otter)
Invertebrate surveys (e.g. Marsh fritillary)
Freshwater aquatic ecology surveys (Ecological status classification, water quality, fish, water dependent habitats and species)
Ecological Reporting / Roles
Ecological Impact Assessment (EcIA) / Environmental Impact Assessment (EIA)
Appropriate Assessment (AA) Reports (Screening for AA and Natura Impact Statements), Habitats Regulation Assessment
Ecological management plans
Invasive species management plans
Consultation with Stakeholders such as the National Parks and Wildlife Service (NPWS) or equivalent.
Site supervision / Ecological and Environmental Clerk of Works
Expert witness evidence at Oral Hearings
Other Ecology Services / Advice as required by ESB Group
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information memorandum available from www.etenders.gov.ie using RFT ID 123616.
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2.14)

Additional information

ESB is pursuing a number of potential sites with a view to developing up to 1,000MW of offshore wind farm projects, and the scope of this framework includes offshore sites around Ireland and the U.K. The total MW developed could exceed 1,000 MW if additional viable projects are identified. The Framework term will be three year initial term, with the option to extend a further five years.
II.2)

Description

II.2.1)

Title

Marine Ecology Consultancy Services
Lot No:  2
II.2.2)

Additional CPV code(s)

90700000  -  Environmental services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland and the U.K.
II.2.4)

Description of the procurement

The high level scope of services for Lot 2 includes but is not limited to the following:
Marine Ecology Surveys
Intertidal and subtidal surveys
Marine benthic flora and fauna surveys
Fisheries and shellfish surveys
Marine invertebrate sampling and identification
Seabird surveys and collision risk assessment
Marine mammal survey, monitoring and collision risk assessment
Marine habitat identification, classification and mapping
Marine water quality
Ecological Reporting / Roles
Ecological Impact Assessments (EcIA) / Environmental Impact Assessments (EIA)
Appropriate Assessment (AA) Reports (Screening for AA and Natura Impact Statements), Habitats Regulation Assessment
Ecological management plans
Invasive species management plans
Consultation with Stakeholders such as the National Parks and Wildlife Service or equivalent
Site supervision / Ecological and Environmental Clerk of Works
Expert witness evidence at Oral Hearings
Other Ecology Services / Advice as required by ESB Group
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information memorandum available from www.etenders.gov.ie using RFT ID 123616.
II.2.10)

Information about variants

Variants will be accepted: yes
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
II.2.14)

Additional information

ESB is pursuing a number of potential sites with a view to developing up to 1,000MW of offshore wind farm projects, and the scope of this framework includes offshore sites around Ireland and the U.K. The total MW developed could exceed 1,000 MW if additional viable projects are identified. The Framework term will be three year initial term, with the option to extend a further five years.

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:  As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 123616.
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 123616.
III.1.6)

Deposits and guarantees required

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 123616.
III.1.7)

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

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 123616.
III.1.8)

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

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 123616.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 123616.
III.2.3)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.4)

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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/10/2017
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

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.3)

Additional information

It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (e-Tenders Ref No. 123616). Interested parties must register their interest on the e-Tenders website. Registration is free of charge. Please note that once you have registered your company's interest you must send a message through the e-Tenders system requesting the pre-qualification documentation, which will be sent to your company via e-Tenders. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. Please note that a clarification log will be added to the PQQ documentation to record clarification queries received and the responses. You should check the log regularly for updates. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties. Further information on this procurement competition is set out in the Pre-Qualification documentation.
Responses to the pre-qualification questionnaire are required through eTenders on or before (15.00GMT) on 12th October 2017.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 1888600
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
A person seeking a review of a shall first notify ESB of the alleged infringement in writing and of their intention to seek a review.