Contract award notice - utilities

Information

Published

Date of dispatch of this notice: 19/12/2019

External Reference: 2019-265751

TED Reference: 2019/S 247-610993

Contract award notice - utilities

Contract award notice – utilities

Results of the procurement procedure

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: Anthony Flood
Telephone: +353 12370123
Internet address(es):
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Environmental & Planning Services Framework
Reference number:  ENQEIR670
II.1.2)

Main CPV code

90712000  -  Environmental planning
II.1.3)

Type of contract

Services
II.1.4)

Short description

SONI (System Operator Northern Ireland) has the responsibility as the Transmission System Operator (TSO) under its license to operate and plan the development of the electricity transmission network. This requires SONI to complete all the relevant activities (‘pre-construction’) to enable Northern Ireland Electricity Networks, the Transmission Asset Owner (TAO), to carry out the construction and connection to the grid.
SONI wishes to appoint appropriately qualified and experienced consultants to provide Public Planning, Ecology and Environmental services, primarily pursuant to SONI’s statutory functions in the area of Grid Development and SONI’s Framework for Grid Development
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement ( Agree to publish? yes )

Value excluding VAT:  2400000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

71240000  -  Architectural, engineering and planning services
71313400  -  Environmental impact assessment for construction
71313440  -  Environmental Impact Assessment (EIA) services for construction
71313450  -  Environmental monitoring for construction
90700000  -  Environmental services
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Belfast
II.2.4)

Description of the procurement

SONI (System Operator Northern Ireland) has the responsibility as the Transmission System Operator (TSO) under its license to operate and plan the development of the electricity transmission network. This requires SONI to complete all the relevant activities (‘pre-construction’) to enable Northern Ireland Electricity Networks, the Transmission Asset Owner (TAO), to carry out the construction and connection to the grid.
SONI wishes to appoint appropriately qualified and experienced consultants to provide Public Planning, Ecology and Environmental services, primarily pursuant to SONI’s statutory functions in the area of Grid Development and SONI’s Framework for Grid Development Services to be provided include, but are not limited to:
Planning Services
Ecology Services
Environmental Services
It is expected that the highest standards of quality management will be applied to this contract. It will be the Account Manager’s responsibility to ensure that standards are applied fully and consistently over the duration of the contract. This will include adherence to agreed service levels, timescales, processes, costs etc.
The scope of services shall be carried out at various locations throughout Northern Ireland.
II.2.5)

Award criteria ( Agree to publish? yes )

Criteria below
Quality criterion  -  Name:  Resources  /  Weighting:  25%
Quality criterion  -  Name:  Approach and Methodology  /  Weighting:  5%
Quality criterion  -  Name:  Sample Project  /  Weighting:  35%
Price  -  Weighting:  35%
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement period will be for an initial duration of five years with the option to extend annually for up to an additional three years, subject always to the satisfactory performance of the supplier.
The estimated spend of 2400000 GBP 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 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

The procurement involves the establishment of a framework agreement
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 065-153006

Section V: Award of contract

Contract No: 1

Title: Environmental & Planning Services Framework

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

10/12/2019
V.2.2)

Information about tenders ( Agree to publish? yes )

Number of tenders received:  4
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor ( Agree to publish? yes )

RPS Ireland Ltd
GB362749136
74 Boucher Road
Belfast
BT12 6RZ
UK
Telephone: +44 2890667914
Internet address: http://www.rpsgroup.com

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT) ( Agree to publish? yes )

Initial estimated total value of the contract/lot:  2400000.00  GBP
Total value of the contract/lot:  2400000.00  GBP

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

the High Court
Four Courts
Dublin 7
IE
Telephone: +353 18886000
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)
Gound Floor, East Wing, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie