Contract notice - utilities

Information

Published

Date of dispatch of this notice: 18/03/2020

Expire date: 24/04/2020

External Reference: 2020-234274

TED Reference: 2020/S 058-140069

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Celtic Interconnector Designated Activity Company
633828
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
Contact person: Anthony Flood
Telephone: +353 012370123
Fax: +353 016615375
Internet address(es):
EirGrid
Block 2 - The Oval, 160 Shelbourne Road
Dublin
IE
Contact person: Anthony Flood
Internet address(es):
RTE
Immeuble WINDOW, 7C, Place du Dôme
Paris
FR
Contact person: Razan YAMMOUT
Internet address(es):
Main address: www.rte-france.com

I.2)

Joint procurement

The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:  
Irish
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=162745&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

Insurance Brokerage and Services for the Celtic Interconnector Project
Reference number:  ENQEIR710
II.1.2)

Main CPV code

66510000  -  Insurance services
II.1.3)

Type of contract

Services
II.1.4)

Short description

CIDAC shall require the Framework Member to provide Insurance Brokerage and Services, advice and support relating to all insurance issues regarding the Celtic Interconnector Project. The required services will mainly comprise of advice on and assistance with the insurance elements of the major contracts for the project and. shall include seeking quotations from the market for all required insurances and subsequently placing these insurances on behalf of the Company with the preferred insurance company.
The general requirements will include working with the Company’s insurance teams to provide advice on all insurance and ancillary services required for the Project.
II.1.5)

Estimated total value

Value excluding VAT: 37000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

66510000  -  Insurance services
II.2.4)

Description of the procurement

RTE and EirGrid, have been engaged in exploring the feasibility of an interconnector project between Ireland and France, which will hereafter be referred to as either the ”Celtic Interconnector Project” and/or “Project”.
EirGrid, and RTE have established an Irish incorporated Joint Venture (IJV) Celtic Interconnector Designated Activity Company (“CIDAC”) to procure, administer, manage and contribute to the design, development and construction of the Celtic Interconnector assets on their behalf. Throughout all phases of the project any assets, rights or benefits held by the IJV shall be held on behalf of the shareholders (EirGrid and RTE) jointly.
This procurement is being run by EirGrid on behalf of CIDAC.
The Company intends to establish a single supplier framework agreement (Framework Agreement) with the successful tenderer for the provision of the Insurance Brokerage and Services.
The initial Framework Agreement period will be from contract award for 4 years, with the option to extend annually for the longer of up to an additional 4 years or for the duration of the project.
The term of the framework agreement shall not exceed eight years, save in exceptional cases duly justified, in particular by the subject of the framework agreement eg in the instance where the duration of the construction extends beyond the limit of 8 years of the initial framework, the brokerage service shall be provided by the same broker.
The Company shall require the Framework Member to provide Insurance Brokerage and Services, advice and support relating to all insurance issues regarding the Celtic Interconnector Project. The required services will mainly comprise of advice on and assistance with the insurance elements of the major contracts for the project and. shall include seeking quotations in the form of a formal public procurement process, from the market for all required insurances and subsequently placing these insurances on behalf of the Company with the preferred insurance company.
The general requirements will include working with the Company’s insurance teams to provide advice on all insurance and ancillary services required for the Project including:
• Insurance programme design
• MFL assessment
• Insurers scope of work
• Premium assessment
• Policy wordings
• Advisory for liability insurance provisions within the EPC contracts
• Marine Warranty Surveyor (MWS) scope of work preliminary assessment
• Insurance tender documentation
• Roadshows
• Insurance tendering
• Claims management
The total value outlined in this PQQ includes the brokerage service and the insurance costs.
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
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: 750000.00  EUR
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: 5
Objective criteria for choosing the limited number of candidates:
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The initial Framework Agreement period will be from contract award for 4 years, with the option to extend annually for the longer of up to an additional 4 years or for the duration of the project.
The term of the framework agreement shall not exceed eight years, save in exceptional cases duly justified, in particular by the subject of the framework agreement eg in the instance where the duration of the construction extends beyond the limit of 8 years of the initial framework, the brokerage service shall be provided by the same broker.
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Celtic Interconnector Project
II.2.14)

Additional information

See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/

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:  See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
Minimum level(s) of standards possibly required:  
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
Minimum level(s) of standards possibly required:  
See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
III.1.6)

Deposits and guarantees required

See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
III.1.7)

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

See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
III.1.8)

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

See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

See the Information Memorandum and Pre-Qualification Questionnaire for full details. This is attached to the etenders notice for this tender at http://www.etenders.gov.ie/

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 a single operator
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:  24/03/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 08/05/2020
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 9  (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: http://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: http://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) CIDAC 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 e-Tax 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.
See attached Information Memorandum and Pre-Qualification Questionnaire for full details. This is available on etenders http://www.etenders.gov.ie/
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Four Courts
Four Courts
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 Irish Statutory Instrument SI 130 of 2010, 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
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie