II.1)
[QuantityScopeContract]
Multi Supplier Framework Agreement for the provision in five lots of Offshore Renewable Energy and Renewable Energy Consultancy
[Fileref]:
PROJ000008232
[Services]
To assist in meeting Ireland’s national and legally binding renewable energy targets, the Department of the Environment, Climate and Communications (DECC; the Department) requires the assistance of high quality, expert support services to help shape the policies which will contribute to achieving targets, as well as to maximise the potential of Offshore Renewable Energy (ORE) beyond 2030.
For this purpose, the Department is establishing a support services procurement framework, with the aim that successful bidders will provide services between 2023-2025 inclusive. The support services will complement existing expertise within the Department, ensuring evidence-based decision making informed by relevant and up to date environmental, economic, legal, hydrogen and biomethane, and technical expertise
[DivisionLots]:
[Yes]
[ValueExclVat]:
18225000.00
EUR
1. Technical Advisory Services
[LotNumber]:
1
71300000
-
71311300
-
71313000
-
71313440
-
71314000
-
71314200
-
71314300
-
71621000
-
72224000
-
73112000
-
73220000
-
76500000
-
76520000
-
79400000
-
90711000
-
90711400
-
90712000
-
90713000
-
II.2.3)
[PlacePerformance]
[MainsiteplaceWorksDelivery]:
Dublin 1
II.2.4)
[DescrProcurement]
Lot 1: Technical Advisory Services
The typical types of services that may be required of Framework Clients under this Lot are set out below. This is a non-exhaustive list to illustrate the type of services that may be procured.
Preparation, capture and sharing of ORE data
Analysis of spatial planning options and policy guidance
Analysis of port infrastructure
Support for design and implementation of Designated Marine Area Plans
Advices on technology options, including smart grid and private wires
Advices on planning, regulatory or permitting (technical aspects)
Advices in wind guidelines, including noise
Advices on proposed construction methodologies
Advices on grid connections and distribution network
Advices on design and operation of small-scale generation schemes
Advices on development of private wires
Securing EU co-financing support
Sustainability
Communications (including stakeholder engagement)
Supply chain and logistics
Skills Gap Assessments
[AwardCriteriaBelow]
[AwardCriterionQuality]
-
[AwardCriterionName]:
1. Quality of Approach and Service Methodology
/
[Weighting]:
300
[AwardCriterionQuality]
-
[AwardCriterionName]:
2. Quality of Contract Management Methodology
/
[Weighting]:
300
[AwardLowestCost]
-
[AwardCriterionName]:
3. Cost (Maximum Daily Rates)
/
[Weighting]:
400
[Options]:
[Yes]
[OptionsDescr]:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period of up to 12 months with a maximum of 1 such extension on the same terms and 6
conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate.
[EuProgrRelated]:
[No]
2. Economic and Financial Services
[LotNumber]:
2
71314300
-
71621000
-
72224000
-
73220000
-
79400000
-
79211000
-
71321100
-
79311400
-
79221000
-
66171000
-
II.2.3)
[PlacePerformance]
[MainsiteplaceWorksDelivery]:
Dublin 1
II.2.4)
[DescrProcurement]
Lot 2: Economic and Financial Services
The typical types of services that may be required of Framework Clients under this Lot are set out below. This is a non-exhaustive list to illustrate the type of services that may be procured.
Business case development
Economic and financial appraisals
Finance and Banking
Energy project Funding
Sectoral Risk and Opportunity Assessments
Modelling
Forecasting and analyses
Risk assessment
Compliance with Public Spending Code
Route to market design
Energy sector financing
Policy reviews
General research
Pricing
Taxation
Design of regulatory models
Regulatory compliance (economic)
Inputs to Climate Action Plan
Skills needs
Schemes design
[AwardCriteriaBelow]
[AwardCriterionQuality]
-
[AwardCriterionName]:
1. Quality of Approach and Service Methodology
/
[Weighting]:
300
[AwardCriterionQuality]
-
[AwardCriterionName]:
2. Quality of Contract Management Methodology
/
[Weighting]:
300
[AwardLowestCost]
-
[AwardCriterionName]:
3. Cost (Maximum Daily Rates)
/
[Weighting]:
400
[Options]:
[Yes]
[OptionsDescr]:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period of up to 12 months with a maximum of 1 such extension on the same terms and 6
conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
[EuProgrRelated]:
[No]
3. Environmental and Climate Services
[LotNumber]:
3
71300000
-
71311300
-
71313000
-
71313440
-
71314000
-
71314200
-
71314300
-
71621000
-
72224000
-
73112000
-
73220000
-
76500000
-
76520000
-
79400000
-
90711000
-
90711400
-
90712000
-
90713000
-
II.2.3)
[PlacePerformance]
[MainsiteplaceWorksDelivery]:
Dublin 1
II.2.4)
[DescrProcurement]
36
Lot 3: Environmental and Climate Services
The typical types of services that may be required of Framework Clients under this Lot are set out below. This is a non-exhaustive list to illustrate the type of services that may be procured.
Preparation or review of:
- Appropriate Assessments
- Strategic Environmental Assessments
- Environmental Impact Statements
Feasibility studies
Spatial planning
Carbon proofing of infrastructure
Analysis of elements of OREDP II
ORE permitting
Project level consenting
[AwardCriteriaBelow]
[AwardCriterionQuality]
-
[AwardCriterionName]:
1. Quality of Approach and Service Methodology
/
[Weighting]:
300
[AwardCriterionQuality]
-
[AwardCriterionName]:
2. Quality of Contract Management Methodology
/
[Weighting]:
300
[AwardLowestCost]
-
[AwardCriterionName]:
3. Cost (Maximum Daily Rates)
/
[Weighting]:
400
[Options]:
[Yes]
[OptionsDescr]:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period of up to 12 months with a maximum of 1 such extension on the same terms and 6
conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
[EuProgrRelated]:
[No]
4. Hydrogen and Biomethane Services
[LotNumber]:
4
71300000
-
71311300
-
71313000
-
71313440
-
71314000
-
71314200
-
71314300
-
71621000
-
72224000
-
73112000
-
73220000
-
76500000
-
76520000
-
79400000
-
90711000
-
90711400
-
90712000
-
90713000
-
II.2.3)
[PlacePerformance]
[MainsiteplaceWorksDelivery]:
Dublin 1
II.2.4)
[DescrProcurement]
Lot 4: Hydrogen and Biomethane Services
The typical types of services that may be required of Framework Clients under this Lot are set out below. This is a non-exhaustive list to illustrate the type of services that may be procured.
Policy guidance
Regulatory framework
Technology assessments
Storage options
Energy integration
Market engagement
Skills Gap Assessments
[AwardCriteriaBelow]
[AwardCriterionQuality]
-
[AwardCriterionName]:
1. Quality of Approach and Service Methodology
/
[Weighting]:
300
[AwardCriterionQuality]
-
[AwardCriterionName]:
2. Quality of Contract Management Methodology
/
[Weighting]:
300
[AwardLowestCost]
-
[AwardCriterionName]:
3. Cost (Maximum Daily Rates)
/
[Weighting]:
400
[Options]:
[Yes]
[OptionsDescr]:
The Contracting Authority reserves the right, at its discretion, to extend the Term for a period of up to 12 months with a maximum of 1 such extension on the same terms and 6
conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
[EuProgrRelated]:
[No]