II.1)
Scope of the procurement
Service and Availability Agreements for ESB Windfarms in Ireland and UK.
Reference number:
GWM 11886
71314000
-
Energy and related services
Services
II.1.4)
Short description
ESB is seeking tenders for the provision of Wind Turbine Service & Availability Agreements for 8 Windfarms which total 202MW of wind turbines in Ireland and the UK.
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Maximum number of lots that may be awarded to one tenderer:
4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 Tullynahaw, Garvagh Glebe Windfarms, Ireland
Lot 2 Fullabrook Windfarm, United Kingdom
Lot 3 Woodhouse, Grouse Lodge Windfarms, Ireland
Lot 4 Crockagarron, Curryfree, Huntershill Windfarms, Northern Ireland
Tullynahaw, Garvagh Glebe Windfarms
Lot No:
1
II.2.2)
Additional CPV code(s)
31121320
-
Wind turbines
31121330
-
Wind turbine generators
31121331
-
Turbine rotors
31121340
-
Wind farm
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Lot 1 Tullynahaw, Garvagh Glebe Windfarms - Both Windfarms consist of Vestas V80 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion.
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:
120
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:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying
II.2.10)
Information about variants
Variants will be accepted:
yes
II.2.11)
Information about options
Options:
yes
Description of options:
Details on options will be included in 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
Fullabrook Windfarm
Lot No:
2
II.2.2)
Additional CPV code(s)
31121320
-
Wind turbines
31121330
-
Wind turbine generators
31121331
-
Turbine rotors
31121340
-
Wind farm
II.2.4)
Description of the procurement
Lot 2 Fullabrook Windfarm - consisting of Vestas V90 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion.
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:
120
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:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying.
II.2.10)
Information about variants
Variants will be accepted:
yes
II.2.11)
Information about options
Options:
yes
Description of options:
Details on options will be included in 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
Woodhouse, Grouse Lodge Windfarms
Lot No:
3
II.2.2)
Additional CPV code(s)
31121320
-
Wind turbines
31121330
-
Wind turbine generators
31121331
-
Turbine rotors
31121340
-
Wind farm
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
Lot 3 Woodhouse, Grouselodge Windfarms - consisting of Nordex N90 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion.
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:
120
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:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying.
II.2.10)
Information about variants
Variants will be accepted:
yes
II.2.11)
Information about options
Options:
yes
Description of options:
Details on Options will be included in 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
Crockagarron, Curryfree, Huntershill Windfarms
Lot No:
4
II.2.2)
Additional CPV code(s)
31121320
-
Wind turbines
31121330
-
Wind turbine generators
31121331
-
Turbine rotors
31121340
-
Wind farm
II.2.3)
Place of performance
Main site or place of performance:
Northern Ireland
II.2.4)
Description of the procurement
Lot 4 Crockagarron, Curryfree, Huntershill Windfarms - consisting of Nordex N90 Turbines.
There are two main options for each Lot for the Wind Turbine Service & Availability Agreements which shall be offered to be assessed:
• Option 1:Full Wind Turbine Service & Availability Agreement
• Option 2:Limited Wind Turbine Service & Availability Agreement excluding capital/ major components
The scope of work will include provision of all materials, plant, equipment, labour and services for the Windfarms as outlined above for period of 5 years and with the option to extend by a further term of up to 5 years.
The decision on the final option will be determined either after the pre-qualification assessment or after tender evaluation/negotiation, at the Contracting Entity's sole discretion
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:
120
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:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 8 firms will be invited to tender, subject to that number qualifying.
II.2.10)
Information about variants
Variants will be accepted:
yes
II.2.11)
Information about options
Options:
yes
Description of options:
Details on options will be included in 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