Contract notice - utilities

Information

Published

Date of dispatch of this notice: 25/11/2019

Expire date: 09/01/2020

External Reference: 2019-243235

TED Reference: 2019/S 231-567639

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Oweninny Power 2 DAC
625546
2 Gateway, East Wall Road
Dublin 3
D03 A995
IE
Contact person: Adel Agayeva
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=157538&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

Civil Balance of Plant (CBOP) Contract for Oweninny Phase 2 Wind Farm
Reference number:  GWM-11136
II.1.2)

Main CPV code

45200000  -  Works for complete or part construction and civil engineering work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Oweninny Power 2 DAC, the Contracting Entity , is a joint venture company formed between Bord na Móna Energy Ltd and ESB Wind Development Ltd. Oweninny Power DAC has developed the first phase of a Wind Farm at Oweninny, Bellacorick, Co. Mayo. The Contracting Entity now intends to procure works, supplies and services related to civil balance of plant for the Oweninny Phase 2 wind farm project.
Oweninny Phase 2 wind farm is an 83MW project located adjacent to the existing 89MW Oweninny Phase 1 Project. The Contracting Entity plans to develop the phase 2 project commencing in 2020.
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71322000  -  Engineering design services for the construction of civil engineering works
II.2.3)

Place of performance

Main site or place of performance:  
Oweninny Wind Farm, Co. Mayo, Ireland
II.2.4)

Description of the procurement

The Contracting Entity intends to procure works, supplies and services related to civil balance of plant for the Oweninny Phase 2 wind farm project.
The scope of work for Contract shall include the design, procurement and installation for the following non-exhaustive list, however tenders should note that the detailed scope and contracting strategy will be determined at tender stage:
1. Site Accommodation for the Employer & Engineer
2. Fulfilling the role of PSCS during all or part of the Works, which may include other parties on site (e.g. Wind Turbine Generator (WTG) Erection & Electrical Balance of Plant (EBOP) contracts
3. Pre-construction surveys
4. Enabling Works
5. Discharge of Planning Conditions
6. Onsite access tracks
7. Stream Crossings
8. Drainage Works
9. Site compounds grading and fencing for the WTG erection and EBOP contractors
10. Public road modifications to facilitate delivery of abnormal loads from the Port to Site
11. On site & offsite scrub clearance/tree felling
12. WTG Foundations & crane hardstandings
13. Civil works attendance on other contractors on site
14. Met mast procurement and erection, including foundation and crane hardstanding
15. Reinstatement
16. Route modifications along haul route to facilitate WTG transportation and subsequent reinstatement works
17. Environmental monitoring and reporting including dust noise and water quality during the construction phase
Some post construction works/services during the project operational phase may also be included in the scope of the Contract.
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: 36
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: 5
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 160739.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 160739.
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

It is currently envisaged that the Contracting Entity shall enter into a Contract with the successful tenderer. However, Applicants should note that, in the alternative, the Contract may ultimately be entered into by any subsidiary or affiliate thereof, or by either of the shareholders in the Contracting Entity.

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 160739.
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 160739.
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 160739.
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 160739.
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 160739.
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 160739.
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.1.4)

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:  02/01/2020
Local time:  15:00
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)

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 160739). 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. 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 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