II.1)
Scope of the procurement
Offshore Wind – Geotechnical and Foundations Professional Services Framework Agreement
Reference number:
GWM12158
76520000
-
Offshore services
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
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
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
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
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
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
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