Contract notice - utilities

Information

Published

Date of dispatch of this notice: 19/04/2021

Expire date: 04/06/2021

External Reference: 2021-203500

TED Reference: 2021/S 079-204294

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
2 Gateway
Dublin 3
East Wall Road
IE
Contact person: Zoe Murphy
Telephone: +353 18934659
NUTS code:  IE -  IRELAND
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=187083&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

Offshore Wind – Geotechnical and Foundations Professional Services Framework Agreement
Reference number:  GWM12158
II.1.2)

Main CPV code

76520000  -  Offshore services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Entity intends to procure a multi-party framework to deliver the scope of services listed below. The scope of support will vary pending the project specific requirements, but an outline of the foreseen scope is detailed below. The scope requirements have been subdivided into 3 Lots for ease of review and evaluation.
Lot 1: Offshore Wind Fixed Foundations Engineering Consultancy Services
Lot 2: Offshore Wind Floating Foundations Engineering Consultancy Services
Lot 3: Offshore Geotechnical Engineering Consultancy Services
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Offshore Wind Fixed Foundations Engineering Consultancy Services
Lot No:  1
II.2.2)

Additional CPV code(s)

76520000  -  Offshore services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

The Contracting Entity intends to procure a multi-party framework to deliver the scope of services listed below.
The scope of support will vary pending the project specific requirements, but an outline of the foreseen scope is detailed below. The scope requirements have been subdivided into 3 Lots for ease of review and evaluation.
Lot 1: Offshore Wind Fixed Foundations Engineering Consultancy Services.
Lot 1 encompasses engineering support to offshore windfarm projects suitable for a fixed foundation design concept . An overview of some basic engineering tasks associated with Lot 1 are listed below, it should be noted that this is not an exhaustive list and additional engineering tasks may be foreseen pending the site-specific characteristics.
• Project Review – incorporating review of available project information such as conceptual designs, metocean data, basis of design, geotechnical information, port and logistics information, fabrication strategies etc.
• Legislation, Regulations, and Standards, codes and guidance reviews
• Input to Project Execution Plan
• Input to Project Programme
• Input to project layout design including WTG location micro-siting, inter-array cable layout etc.
• Provision of input to design basis documentation including foundations (WTG & OSS), Cables (IAC & Export), Scour Protection, OSS Topside etc.
• 3rd Party review of geophysical & geotechnical data including but not limited to;
o Drivability Analysis
o Jack-up Platform leg penetration analysis
o Pile Driving noise evaluation
• Offshore Foundation (WTG Foundations & Offshore Substation Foundations) concept design
• Integrated Load Analysis for various WTG designs
• Foundation weight estimation reports
• Definition of design standards/codes
• Input to FEED and Pre-FEED Study tasks such as;
o Preliminary Design studies
o Project Concepts Review
o Input to fabrication & material Specification
o Input to Employers requirements documentation
o Transport & Installation Strategy Input
• Value Engineering Input & Opportunities identification
• Input to HSE Risk Management Procedures
• Input to Project specific Risk Assessments such as;
o Geohazard Risk assessments
o Design Risk assessment input
o Project Strategy Risk Assessment
• Participation in workshop meetings
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: 8
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information available on request from www.etenders.gov.ie using RFT ID 188589
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)

Description

II.2.1)

Title

Offshore Wind Floating Foundations Engineering Consultancy Services
Lot No:  2
II.2.2)

Additional CPV code(s)

76520000  -  Offshore services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 2 encompasses engineering support to offshore windfarm projects deemed suitable for a floating foundation design concept. An overview of some basic engineering tasks associated with Lot 2 are listed below, it should be noted that this is not an exhaustive list and additional engineering tasks may be foreseen pending the site-specific characteristics.
• Project Review – incorporating review of available project information such as conceptual designs, metocean data, basis of design, geotechnical information, port and logistics information, fabrication strategies etc.
• Legislation, Regulations, and Standards, codes and guidance reviews
• Input to Project Execution Plan
• Input to Project Programme
• Input to project layout design including WTG location micro-siting, inter-array cable layout etc.
• Provision of input to design basis documentation including foundations (WTG & OSS), Cables (IAC & Export), OSS Topside etc.
• Detailed concept studies & designs for different floating foundation designs (both concrete & steel options) including mooring system studies and designs.
• Integrated Load Analysis for various WTG designs
• Foundation weight estimation reports
• Mooring studies & analysis for conventional and innovative mooring system designs
• Definition of design standards/codes
• Input to FEED and Pre-FEED Study tasks such as;
o Preliminary Design studies
o Project Concepts Review
o Input to fabrication & material Specification
o Input to Employers requirements documentation
o Transport & Installation Strategy Input
o Temporary storage engineering
• Value Engineering Input & Opportunities identification
• Input to HSE Risk Management Procedures
• Input to Project specific Risk Assessments such as;
o Design Risk assessment input
o Project Strategy Risk Assessment
• Participation in workshop meetings
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: 8
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information available on request from www.etenders.gov.ie using RFT ID 188589
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)

Description

II.2.1)

Title

Offshore Geotechnical Engineering Consultancy Services
Lot No:  3
II.2.2)

Additional CPV code(s)

71332000  -  Geotechnical engineering services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

Lot 3 encompasses geotechnical engineering consultancy services for offshore windfarm projects in the UK and Ireland. An overview of the engineering tasks associated with Lot 3 are listed below, it should be noted that this is not an exhaustive list and additional engineering tasks may be foreseen pending the site-specific characteristics.
• Input to scope of offshore geotechnical and geophysical site investigation works including;
o Desktop studies of available geological data
o Input to technical specifications for laboratory testing of samples
o Attendance to specific meetings with sub-contractors
o Consultancy during offshore survey campaigns
• Compilation of 3D Ground models
• Input to FEED and Pre-FEED Study tasks such as;
o Preliminary Design studies
o Project Concepts Design compilation
o Pile Drivability Analysis
o Drilled Foundation Concept studies
o Geotechnical input to concept design of mooring systems for floating foundations
o Cable Burial Assessments
o Sediment mobility study compilation
o Leg penetration analysis for jack-up platforms
• 3rd Party reviews of geotechnical & geophysical data including but not limited to;
o Geotechnical risk identification and mapping
o Review and input to geotechnical design interpretation
o Geotechnical gap analysis reports
o Scour Assessments
o Identification of geohazards
o Sediment mobility study reviews/compilation
o Leg penetration analysis for jack-up platforms
o Cable Burial Assessments
• Attendance to geotechnical workshops
• Early liaison with project certifier
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: 8
Objective criteria for choosing the limited number of candidates:
As stated in Pre-Qualification Information available on request from www.etenders.gov.ie using RFT ID 188589
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

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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589
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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589
III.1.6)

Deposits and guarantees required

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589
III.1.7)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589
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 Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589
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:  8
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:  04/06/2021
Local time:  12:00
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 RFT ID 188589).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