Contract notice - utilities

Information

Published

Date of dispatch of this notice: 14/03/2023

Expire date: 24/04/2023

External Reference: 2023-241353

TED Reference: 2023/S 055-160340

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Peter Whearity
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=235821&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 Marine Support Services Framework for HVDC / HVAC Projects
Reference number:  ENQEIR816
II.1.2)

Main CPV code

76520000  -  Offshore services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid has a requirement for the provision of a range of specialised offshore services, resources and Consultancy advice, studies or reports from a strategic partner and intends to utilise, as necessary, a flexible 3rd party resourcing model. The provision of services and allocation of resources shall be outlined for each assignment in order to best meet EirGrid’s requirement.
II.1.5)

Estimated total value

Value excluding VAT: 270000000.00  EUR
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 & HVDC/AC Interconnection Project Management, Technical and Economic/Commercial Feasibility (including seconded staff)
Lot No:  1
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71354500  -  Marine survey services
73112000  -  Marine research services
76500000  -  Onshore and offshore services
76510000  -  Onshore services
76521000  -  Offshore installation services
98360000  -  Marine services
64221000  -  Interconnection services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 1: Offshore & HVDC/AC Interconnection Project Management, Technical and Economic/Commercial Feasibility (including seconded staff) (including seconded staff)
-Including, but not limited to:
• Onshore/Offshore grid connection project management specialists
• Project Delivery Teams (including seconded staff)
• Marine, electrical, civil, geotechnical, feasibility, scoping and technical optioneering/analysis
• Asset acquisition commercial management
• Dispute Resolution specialists
• Quantity surveying and cost estimation
• Strategic asset management early scoping and project development services
• Data information and analytics
• Programme and Project management; Preparation of governance papers, schedule, budget, risk issues, cost estimation, reporting, monitoring and control, audits.
• All elements of commercial management
• Cost management and reporting;
• Provide project review and feedback;
• Marine Contract Management experts with experience in FiDIC (International Federation of Consulting Engineers), LOGIC (Leading oil and gas industry competitiveness), NEC (New Engineering Contract) etc.
• Informed Marine Infrastructure and Engineering Buyers- Infrastructure, O&M, Surveys, Cables, Substations, Warehousing, Spares, Inventory etc.
• Business readiness requirements programme management and co-ordination
• Document, schedule, drawing, data, information management and control
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 80000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 80 million EUR is taking into account the full duration of the contract including the possible extensions.
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

Lead Offshore & HVDC/AC Interconnection Project Consent & Environmental Assessment Consultant (including seconded staff)
Lot No:  2
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71354500  -  Marine survey services
73112000  -  Marine research services
76500000  -  Onshore and offshore services
76510000  -  Onshore services
76521000  -  Offshore installation services
98360000  -  Marine services
64221000  -  Interconnection services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 2: Lead Offshore & HVDC/AC Interconnection Project Consent & Environmental Assessment Consultant
Including but not limited to support:
• Onshore/offshore grid connection,
• Planning consent,
• Licensing onshore/offshore
• Biodiversity onshore/offshore,
• Hydrology,
• Habitat,
• Ecology (including appropriate assessment)
• Topographical,
• Environmental Impact Assessments (incl. all topic specialisms)
• Support on Crossing Agreements and management of existing licences
• Land use and built environment
• Cultural Heritage
• UXO
• Geomorphology
• Fluvial/Coastal Flood experts
• Client Representative services
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 55000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 55 million EUR is taking into account the full duration of the contract including the possible extensions.
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 & HVDC/AC Interconnection Project Engagement (including seconded staff)
Lot No:  3
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71354500  -  Marine survey services
73112000  -  Marine research services
76500000  -  Onshore and offshore services
76510000  -  Onshore services
76521000  -  Offshore installation services
98360000  -  Marine services
64221000  -  Interconnection services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 3: Offshore & HVDC/AC Interconnection Project Engagement.
Including but not limited to:
• Agricultural Liaison Officer (ALO)
• Community Liaison Officer (CLO)
• Fisheries Liaison Officer (FLO)
• Engagement Specialists
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 7000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 7 million EUR is taking into account the full duration of the contract including the possible extensions.
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

Client & Owners Engineering for Offshore & HVDC/AC Interconnection (including seconded staff)
Lot No:  4
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71354500  -  Marine survey services
73112000  -  Marine research services
76500000  -  Onshore and offshore services
76510000  -  Onshore services
76521000  -  Offshore installation services
98360000  -  Marine services
64221000  -  Interconnection services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 4:
Client & Owners Engineering for Offshore & HVDC/AC Interconnection
Including but not limited to;
All types of engineering services below and to act as Client/Owners Engineer on Development Projects.
• Civil, Structural, Geotechnical
• Electrical,
• Mechanical,
• Platform,
• Marine,
• Offshore & Onshore cable specialists
• Installation engineering & operation (including Maintenance and Repair for HVDC),
• Substation engineering HV/MV/LV,
• HVDC Converter Station engineering,
• Scada,
• Telecoms (including fibre optic).,
• Test witnessing
• Manufacturing and Quality inspection
• HV Substation, HVDC Converter station, platform, marine and land cable commissioning services
Technical support required to complete design reviews (FEED and detailed design) and Construction follow up, for Phase 1 offshore projects up to 2030.
EirGrid requires Client/Owner Engineering and Operations support for the below technical expertise, in the following fields:
Electrical
• Electrical System Design and Grid Code Compliance
• Onshore Substation, HVDC Converter Station and Grid Infrastructure – HV/MV/LV
Civil
• Civil Engineer Onshore Substation and Grid Infrastructure – Civil & Buildings
• Civil Engineer
Offshore Substation
• Offshore Substation Platforms – HV/LV
• Offshore Substation Platforms – Mechanical, Structural and Foundations
• Offshore Substation Platforms – Utility systems
Cables
• HV Land Cables Specialist
• Land Cable – Civils/Installation
• Submarine Cables
• Submarine Cable Installation Specialist – Surveys, Installation and Burial/Protection
• Fibre Optic expertise
SCADA/Telecoms
• SCADA, Substation Control Systems, IT, Telecoms, Automation and Remote Control and Protection
Offshore Transport and Installation
• Offshore transport and installation specialist (experience with heavy lift operations)
Geotechnical
• Geotechnical Engineer
• Positioning Surveyors
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 48000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 48 million EUR is taking into account the full duration of the contract including the possible extensions.
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 & HVDC/AC Interconnection Marine Consultancy (including seconded staff)
Lot No:  5
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71310000  -  Consultative engineering and construction services
71311000  -  Civil engineering consultancy services
71311100  -  Civil engineering support services
71312000  -  Structural engineering consultancy services
71313000  -  Environmental engineering consultancy services
71318000  -  Advisory and consultative engineering services
71320000  -  Engineering design services
71330000  -  Miscellaneous engineering services
71332000  -  Geotechnical engineering services
71333000  -  Mechanical engineering services
71334000  -  Mechanical and electrical engineering services
71335000  -  Engineering studies
71336000  -  Engineering support services
71354500  -  Marine survey services
73112000  -  Marine research services
76500000  -  Onshore and offshore services
76510000  -  Onshore services
76521000  -  Offshore installation services
98360000  -  Marine services
64221000  -  Interconnection services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Lot 5: Offshore & HVDC/AC Interconnection Marine Consultancy (including seconded staff)
Specialist Marine support including but not limited to;
• Shipping brokers, (e.g. market intelligence etc),
• Support in regards chartering vessels
• Weather information support
• Health and safety support – e.g., GWO Training
• Client Representative services
• Insurance Services/ Studies / Market intelligence
• Port Consultancy/Engagement
• Warehousing & Logistics Specialists
• Engineering diving services and other support services
• Offshore survey planning specialists
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 27000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 27 million EUR is taking into account the full duration of the contract including the possible extensions.
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:  “Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
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: “Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.6)

Deposits and guarantees required

“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.7)

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

“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.8)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded

“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”

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:  27
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:  24/04/2023
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.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties.
2) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.
6) If for any reason it is not possible to award the contract one or more of the tenderers invited following the conclusion of this competitive process, the contracting authority reserves the right to award the contract to the next ranked tenderer as appropriate.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts Dublin 7 Ireland. +353 18886000. http://www.courts.ie
Dublin
IE
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The contracting authority will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically or by fax and 16 calendar days where these are sent by any other means. The Statutory Instrument mentioned above provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public contract and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation in this contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay Dublin 7 Ireland
Dublin
IE
Internet address: http://www.courts.ie