Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 08/09/2017

External Reference: 2017-634770

TED Reference: 2017/S 174-357251

Contract award notice - utilities

Cached Version

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Eirgrid plc and Réseau de Transport d'Electricité
N/A
EirGrid, Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Anthony Flood
Telephone: +353 012370123
NUTS code:  IE -  IRELAND
Internet address(es):
Réseau de Transport d'Electricité
Direction achats, immeuble Coeur Défense — tour B, 100 esplanade du Général de Gaulle
Paris La Défense Cedex
FR
Contact person: Anthony Flood
NUTS code:  FR -  FRANCE
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:  
Irish law will be the applicable national procurement law
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Marine Consultant – Celtic Interconnector Project
Reference number:  ENQEIR558
II.1.2)

Main CPV code

98360000  -  Marine services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid and RTE have completed the Feasibility Phase of the Celtic Interconnector project and have recently entered into the Initial Design & Pre-Consultation Phase of the project.
There is now a requirement for a marine consultant to provide technical expertise for the development of the offshore elements of the project, in particular the planned marine surveys and marine engineering studies.
The marine consultant expertise should cover following fields:
• Marine engineering studies for cable installation. Developed knowledge of the related technical, environmental and legal constraints, plus the associated detailed studies.
• Submarine power cable installation (laying and protection). Experience of installation works methods and equipment.
• International offshore power cable project management.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71354500  -  Marine survey services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland and France and marine areas inbeteween
II.2.4)

Description of the procurement

EirGrid is the Transmission System Operator (TSO) and Market Operator (MO) in the wholesale trading system in Ireland, and is the owner of the System Operator Northern Ireland (SONI Ltd), the licensed TSO and market operator in Northern Ireland.
RTE is the French TSO; it owns, operates and develops the French Electricity Transmission System with the primary objectives of balancing electricity generation with consumption, guaranteeing the secure operation of the power system
EirGrid and RTE have recently completed the Feasibility Phase of the Celtic Interconnector project and have recently entered into the Initial Design & Pre-Consultation Phase of the project.
The marine surveys carried out in the Feasibility Phase confirmed that a feasible route existed between Ireland and France, albeit with several areas of challenging geology. Based on an in depth analysis of the findings of the marine survey in conjunction with that of recently available third party data that has become available, the project team have identified several opportunities to carry out route development to further refine the route and potentially avoid some of the areas of challenging geology.
There is now a requirement to procure a marine consultant to provide technical expertise for the development of the offshore elements of the project, in particular the planned marine surveys and marine engineering studies.
The marine consultant expertise should cover following fields:
• Marine engineering studies for cable installation. Developed knowledge of the related technical, environmental and legal constraints, plus the associated detailed studies.
• Submarine power cable installation (laying and protection). Experience of installation works methods and equipment.
• International offshore power cable project management. Communication and reporting to clients. Contractor coordination in a multicultural environment. Schedule, risks and Health, Safety and Environment (HSE) issues management. Counselling services and contracting strategy.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Project Team  /  Weighting:  20%
Quality criterion  -  Name:  Technical Memorandum  /  Weighting:  10%
Quality criterion  -  Name:  Methodology  /  Weighting:  20%
Quality criterion  -  Name:  Legal  /  Weighting:  5
Price  -  Weighting:  45%
II.2.11)

Information about options

Options: yes
Description of options:
The framework agreement period will be up to October 2018 with the option to extend annually for up to an additional 4 years, subject always to the satisfactory performance of the supplier.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Celtic Interconnector Project
II.2.14)

Additional information

The value of this contract is estimated to be approximately €900,000. This is based on the completion of phase 1 services and all subsequent options exercised over the duration of the Framework Agreement

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

The procurement involves the establishment of a framework agreement
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

Notice number in the OJ S: 2016/S 237-432170

Section V: Award of contract

Contract No: 1

Title: Marine Consultant – Celtic Interconnector Project

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

2017-08-09
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  4
Number of tenders received from tenderers from other EU Member States:  4
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

Wood Group Kenny Ireland Limited
58789
Galway Technology Park Parkmore
Galway
Galway
IE
Telephone: +353 91481252
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Initial estimated total value of the contract/lot:  1000000.00  EUR
Total value of the contract/lot:  908000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

The framework agreement period will be up to October 2018 with the option to extend annually for up to an additional 4 years, subject always to the satisfactory performance of the supplier.
The value of the contract noted in this notice is the total value for fixed and optional services, should all optional services be required.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Four Courts
7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for lodging appeals: The contracting authority will not conclude this 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 on 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 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 in this contract.