Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/10/2022

Expire date: 28/11/2022

External Reference: 2022-293403

TED Reference: 2022/S 206-589257

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: Patrick Stanley
Telephone: +353 12370000
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=227046&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

EWIC Maintenance and Repair Contractor
Reference number:  ENQEIR802
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

EirGrid requires a Contractor to provide Maintenance and Repair services for the East-West Interconnector commencing circa June 2023.
See attached Information Memorandum and Pre-Qualification Questionnaire for full details. This is available on etenders:
— http://www.etenders.gov.ie/.
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

50240000  -  Repair, maintenance and associated services related to marine and other equipment
71300000  -  Engineering services
71330000  -  Miscellaneous engineering services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland, Wales, Irish Sea.
II.2.4)

Description of the procurement

The East-West Interconnector (EWIC) is a high-voltage direct current (HVDC) interconnector which links the electricity transmission grids of Ireland and Great Britain. It has a power rating of 500 MW and utilizes HVDC Voltage Source Converter technology. EWIC is a fully regulated interconnector which was developed and is owned by EirGrid Interconnector DAC (EIDAC) which is part of the EirGrid Group.
The asset was built and entered into commercial operation in December 2012.
The asset base consists of the following;
• 500MW Converter Station (Portan, Ireland),
• 500MW Converter Station (Shotton, GB),
• High Voltage Cable Spares Facility,
• 40km HVDC Land Cable in Ireland,
• 30km HVDC Land Cable in GB,
• 187km HVDC Marine Cable,
• 257km Fibre Optic Cable (bundled with cable).
In respect of the above, EIDAC requires Maintenance and Repair Contractor to provide services commencing circa June 2023.
Candidates are invited to submit a qualification application for inclusion on the tender list in accordance with this PQQ.
See attached Information Memorandum and Pre-Qualification Questionnaire for full details.
This is available on etenders 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: 30000000.00  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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Framework Agreement period will be for an initial duration of 5 years with the option to extend annually for up to an additional 3 years, subject always to the satisfactory performance of the supplier.
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:  See attached Information Memorandum and Pre-Qualification Questionnaire for full details.
This is available on etenders:
— http://www.etenders.gov.ie/.
III.1.2)

Economic and financial standing

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

Technical and professional ability

List and brief description of selection criteria:  
See attached Information Memorandum and Pre-Qualification Questionnaire for full details.
This is available on etenders:
III.1.8)

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

See attached Information Memorandum and Pre-Qualification Questionnaire for full details.
This is available on etenders:
— http://www.etenders.gov.ie/.
III.2)

Conditions related to 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 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:  28/11/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
VI.3)

Additional information

1) Interested parties must register their interest on the e-Tenders website (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) 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
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.