II.1)
Scope of the procurement
Environmental Assessment Reporting Services Framework for Various Energy Projects in Ireland and U.K.
Reference number:
GWM-10541
71313440
-
Environmental Impact Assessment (EIA) services for construction
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
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.
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.
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.
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.
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.
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.