Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/09/2019

Expire date: 14/10/2019

External Reference: 2019-240548

TED Reference: 2019/S 178-434676

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board and/or its Subsidiaries, Associates and Joint Venture Partnerships, existing or yet to be formed (hereinafter referred to as ESB)
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Adel Agayava
Telephone: +353 11234567
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=152772&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

Environmental Assessment Reporting Services Framework for Various Energy Projects in Ireland and U.K.
Reference number:  GWM-10541
II.1.2)

Main CPV code

71313440  -  Environmental Impact Assessment (EIA) services for construction
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB intends to procure works, supplies and services through a Framework Agreement related to environmental assessment services for energy generation projects reporting, including but not limited to solar farms, battery storage, on-shore and off-shore wind farms, energy from waste, thermal generation including gas turbine or other energy projects acquired or built during the term of the Framework, including Joint Venture or subsidiary developments.
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Any combination of Lots is possible
II.2)

Description

II.2.1)

Title

EIAR Offshore Renewable Energy Projects in Ireland and the UK
Lot No:  1
II.2.2)

Additional CPV code(s)

71313440  -  Environmental Impact Assessment (EIA) services for construction
II.2.3)

Place of performance

Main site or place of performance:  
Offshore sites around Ireland and the U.K.
II.2.4)

Description of the procurement

Environmental assessment and consenting services for the offshore and onshore elements of offshore renewable energy projects (e.g. offshore wind farms) in Ireland and the UK:
• Feasibility, constraints and route/site selection services
• Stakeholder Consultation
• Planning and/or consenting applications/services
• Strategic Advice
• EIA Screening
• EIA Scoping formal and informal
• EIA Reporting all aspects as required under the EIA Directive 2011/92/EU as amended by 2014/52/EU with specialist services required from the following:
o Population Human Health
o Biodiversity – terrestrial, freshwater and marine ecology
o Surface Water
o Coastal processes including modelling
o Land, Geology, Soils and Groundwater
o Seascape and Landscape incl. photomontages
o Cultural Heritage incl. Marine heritage and Coastal Archaeology
o Material Assets
o Waste
o Air & Climate Change incl. modelling
o Noise incl. underwater noise & modelling
o Commercial Fisheries
o Electromagnetic fields (EMF)
o Navigation
o Military and Civil Aviation
o Major Accident
o Traffic &Transport to include traffic management plans
o Mitigation and Monitoring Plans
• Appropriate Assessment reporting as required under the Habitats Directive 92/43/EEC e.g. Natura Impact Statement (NIS) or Habitat Regulation Assessment (HRA)
• All baseline surveys and desktop studies, modelling associated with the above incl. Marine Ecology Surveys
• GIS mapping and CAD capability
• Preliminary Construction Environmental Management Plans (CEMP)
• Preliminary Erosion and Sediment Control Plans
• Preliminary Waste Management Plans
• Habitat Management Plans
• Participation in public consultation and Stakeholder engagement
• Coordination of and Participation in Oral Hearing or Public enquiry
Some post construction services during the operational phase may also be included in the framework scope.
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: 10
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on any options will be provided in the tender documentation.
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

This procurement competition is intended to establish a multi-party Framework agreement. It is expected that the framework will contain five (5) suitably qualified service providers for this Lot 1. The Framework term will compromise of a five (5) year initial term, with the option, at the Contracting Entity's own discretion, to extend up to a maximum of a further three years.
II.2)

Description

II.2.1)

Title

EIAR Onshore Energy Generation Projects Ireland
Lot No:  2
II.2.2)

Additional CPV code(s)

71313440  -  Environmental Impact Assessment (EIA) services for construction
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Environmental Assessment and consenting services for onshore energy generation projects (e.g. wind, solar, thermal) in Ireland;
• Feasibility, constraints and route/site selection services
• Stakeholder Consultation
• Planning and/or consenting applications/services
• Strategic Advice
• EIA Screening
• EIA Scoping formal and informal
• EIA Reporting all aspects as required under the EIA Directive 2011/92/EU as amended by 2014/52/EU with specialist services required from the following (as applicable to the project type):
o Population Human Health
o Biodiversity – terrestrial and aquatic ecology
o Surface Water
o Thermal Modelling (as required)
o Land, Geology, Soils and Groundwater
o Landscape incl. photomontages, Glint and Glare
o Cultural Heritage
o Material Assets
o Waste
o Air & Climate Change incl. modelling
o Noise incl. modelling
o Shadow Flicker
o Electromagnetic fields (EMF)
o Aviation
o Major Accident
o Traffic &Transport to include traffic management plans
o Mitigation and Monitoring Plans
• Appropriate Assessment reporting as required under the Habitats Directive 92/43/EEC e.g. Natura Impact Statement (NIS)
• All baseline surveys and desktop studies, modelling associated with the above
• GIS mapping and CAD capability
• Preliminary Construction Environmental Management Plans (CEMP)
• Preliminary Erosion and Sediment Control Plans
• Preliminary Waste Management Plans
• Fisheries Strategy
• Habitat Management Plans
• Participation in public consultation
• Coordination of and Participation in Oral Hearing
• Mitigation and Monitoring Plans
• Fisheries Strategy
Some post construction services during the operational phase may also be included in the framework scope.
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: 10
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on any options will be provided in the tender documentation.
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

This procurement competition is intended to establish a multi-party Framework agreement. It is expected that the framework will contain five (5) suitably qualified service providers for this Lot 2. The Framework term will compromise of a five (5) year initial term, with the option, at the Contracting Entity's own discretion, to extend up to a maximum of a further three years.
II.2)

Description

II.2.1)

Title

EIAR Onshore Energy Generation Projects UK
Lot No:  3
II.2.2)

Additional CPV code(s)

71313440  -  Environmental Impact Assessment (EIA) services for construction
II.2.3)

Place of performance

Main site or place of performance:  
U.K.
II.2.4)

Description of the procurement

Environmental Assessment and consenting services for onshore energy generation projects (e.g. wind, solar, thermal) in the UK:
• Feasibility, constraints and route/site selection services
• Stakeholder Consultation
• Planning and/or consenting applications/services
• Strategic Advice
• EIA Screening
• EIA Scoping formal and informal
• EIA Reporting all aspects as required under the EIA Directive 2011/92/EU as amended by 2014/52/EU with specialist services required from the following (as applicable to the project type):
o Population Human Health
o Biodiversity – terrestrial and aquatic ecology
o Surface Water
o Thermal Modelling (as required)
o Land, Geology, Soils and Groundwater
o Landscape incl. photomontages, Glint and Glare
o Cultural Heritage
o Material Assets
o Waste
o Air & Climate Change incl. modelling
o Noise incl. modelling
o Shadow Flicker
o Electromagnetic fields (EMF)
o Aviation
o Major Accident
o Traffic &Transport to include traffic management plans
o Mitigation and Monitoring Plans
• Appropriate Assessment reporting as required under the Habitats Directive 92/43/EEC e.g. Habitat Regulation Assessment (HRA)
• All baseline surveys and desktop studies, modelling associated with the above
• GIS mapping and CAD capability
• Preliminary Construction Environmental Management Plans (CEMP)
• Preliminary Erosion and Sediment Control Plans
• Preliminary Waste Management Plans
• Habitat Management Plans
• Participation in public consultation
• Coordination of and Participation in Public enquiries
Mitigation and Monitoring Plans
Some post construction services during the operational phase may also be included in the framework scope.
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: 10
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Details on any options will be provided in the tender documentation.
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

This procurement competition is intended to establish a multi-party Framework agreement. It is expected that the framework will contain five (5) suitably qualified service providers for this Lot 3. The Framework term will compromise of a five (5) year initial term, with the option, at the Contracting Entity's own discretion, to extend up to a maximum of a further three 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 156261.
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 156261.
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 156261.
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 156261.
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 156261.
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 156261.
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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/10/2019
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 RFT ID 156261).Registration is free of charge. Interested parties must register their interest for the PQQ on the eTenders website. Once you have registered your interest please forward a message in eTenders to request the PQQ documentation and the documentation will then be forwarded to you. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. 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 available on request.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie