Contract notice - utilities

Information

Published

Date of dispatch of this notice: 11/09/2019

Expire date: 14/10/2019

External Reference: 2019-240548

TED Reference: 2019/S 178-434676

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

Electricity Supply Board and/or its Subsidiaries, Associates and Joint Venture Partnerships, existing or yet to be formed (hereinafter referred to as ESB)
N/A
2 Gateway
Dublin 3
East Wall Road
IE
[Contactpoint]: Adel Agayava
[AddressPhone]: +353 11234567
[AddressEmail]: adel.agayava@esb.ie
[Internets]:
[UrlGeneral]: http://www.esb.ie

I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152772&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Environmental Assessment Reporting Services Framework for Various Energy Projects in Ireland and U.K.
[Fileref]:  GWM-10541
II.1.2)

[CpvMain]

71313440  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

ESB intends to procure works, supplies and services through a Framework Agreement related to environmental assessment services for energy generation projects reporting, including but not limited to solar farms, battery storage, on-shore and off-shore wind farms, energy from waste, thermal generation including gas turbine or other energy projects acquired or built during the term of the Framework, including Joint Venture or subsidiary developments.
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
[LotsCombinationPossible]:  
Any combination of Lots is possible
II.2)

[Description]

II.2.1)

[TitleContract]

EIAR Offshore Renewable Energy Projects in Ireland and the UK
[LotNumber]:  1
II.2.2)

[CpvAdditional]

71313440  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Offshore sites around Ireland and the U.K.
II.2.4)

[DescrProcurement]

Environmental assessment and consenting services for the offshore and onshore elements of offshore renewable energy projects (e.g. offshore wind farms) in Ireland and the UK:
• Feasibility, constraints and route/site selection services
• Stakeholder Consultation
• Planning and/or consenting applications/services
• Strategic Advice
• EIA Screening
• EIA Scoping formal and informal
• EIA Reporting all aspects as required under the EIA Directive 2011/92/EU as amended by 2014/52/EU with specialist services required from the following:
o Population Human Health
o Biodiversity – terrestrial, freshwater and marine ecology
o Surface Water
o Coastal processes including modelling
o Land, Geology, Soils and Groundwater
o Seascape and Landscape incl. photomontages
o Cultural Heritage incl. Marine heritage and Coastal Archaeology
o Material Assets
o Waste
o Air & Climate Change incl. modelling
o Noise incl. underwater noise & modelling
o Commercial Fisheries
o Electromagnetic fields (EMF)
o Navigation
o Military and Civil Aviation
o Major Accident
o Traffic &Transport to include traffic management plans
o Mitigation and Monitoring Plans
• Appropriate Assessment reporting as required under the Habitats Directive 92/43/EEC e.g. Natura Impact Statement (NIS) or Habitat Regulation Assessment (HRA)
• All baseline surveys and desktop studies, modelling associated with the above incl. Marine Ecology Surveys
• GIS mapping and CAD capability
• Preliminary Construction Environmental Management Plans (CEMP)
• Preliminary Erosion and Sediment Control Plans
• Preliminary Waste Management Plans
• Habitat Management Plans
• Participation in public consultation and Stakeholder engagement
• Coordination of and Participation in Oral Hearing or Public enquiry
Some post construction services during the operational phase may also be included in the framework scope.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 10
[CriteriaChoosingLimited]:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [Yes]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Details on any options will be provided in the tender documentation.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

This procurement competition is intended to establish a multi-party Framework agreement. It is expected that the framework will contain five (5) suitably qualified service providers for this Lot 1. The Framework term will compromise of a five (5) year initial term, with the option, at the Contracting Entity's own discretion, to extend up to a maximum of a further three years.
II.2)

[Description]

II.2.1)

[TitleContract]

EIAR Onshore Energy Generation Projects Ireland
[LotNumber]:  2
II.2.2)

[CpvAdditional]

71313440  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Ireland
II.2.4)

[DescrProcurement]

Environmental Assessment and consenting services for onshore energy generation projects (e.g. wind, solar, thermal) in Ireland;
• Feasibility, constraints and route/site selection services
• Stakeholder Consultation
• Planning and/or consenting applications/services
• Strategic Advice
• EIA Screening
• EIA Scoping formal and informal
• EIA Reporting all aspects as required under the EIA Directive 2011/92/EU as amended by 2014/52/EU with specialist services required from the following (as applicable to the project type):
o Population Human Health
o Biodiversity – terrestrial and aquatic ecology
o Surface Water
o Thermal Modelling (as required)
o Land, Geology, Soils and Groundwater
o Landscape incl. photomontages, Glint and Glare
o Cultural Heritage
o Material Assets
o Waste
o Air & Climate Change incl. modelling
o Noise incl. modelling
o Shadow Flicker
o Electromagnetic fields (EMF)
o Aviation
o Major Accident
o Traffic &Transport to include traffic management plans
o Mitigation and Monitoring Plans
• Appropriate Assessment reporting as required under the Habitats Directive 92/43/EEC e.g. Natura Impact Statement (NIS)
• All baseline surveys and desktop studies, modelling associated with the above
• GIS mapping and CAD capability
• Preliminary Construction Environmental Management Plans (CEMP)
• Preliminary Erosion and Sediment Control Plans
• Preliminary Waste Management Plans
• Fisheries Strategy
• Habitat Management Plans
• Participation in public consultation
• Coordination of and Participation in Oral Hearing
• Mitigation and Monitoring Plans
• Fisheries Strategy
Some post construction services during the operational phase may also be included in the framework scope.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 10
[CriteriaChoosingLimited]:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [Yes]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Details on any options will be provided in the tender documentation.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

This procurement competition is intended to establish a multi-party Framework agreement. It is expected that the framework will contain five (5) suitably qualified service providers for this Lot 2. The Framework term will compromise of a five (5) year initial term, with the option, at the Contracting Entity's own discretion, to extend up to a maximum of a further three years.
II.2)

[Description]

II.2.1)

[TitleContract]

EIAR Onshore Energy Generation Projects UK
[LotNumber]:  3
II.2.2)

[CpvAdditional]

71313440  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
U.K.
II.2.4)

[DescrProcurement]

Environmental Assessment and consenting services for onshore energy generation projects (e.g. wind, solar, thermal) in the UK:
• Feasibility, constraints and route/site selection services
• Stakeholder Consultation
• Planning and/or consenting applications/services
• Strategic Advice
• EIA Screening
• EIA Scoping formal and informal
• EIA Reporting all aspects as required under the EIA Directive 2011/92/EU as amended by 2014/52/EU with specialist services required from the following (as applicable to the project type):
o Population Human Health
o Biodiversity – terrestrial and aquatic ecology
o Surface Water
o Thermal Modelling (as required)
o Land, Geology, Soils and Groundwater
o Landscape incl. photomontages, Glint and Glare
o Cultural Heritage
o Material Assets
o Waste
o Air & Climate Change incl. modelling
o Noise incl. modelling
o Shadow Flicker
o Electromagnetic fields (EMF)
o Aviation
o Major Accident
o Traffic &Transport to include traffic management plans
o Mitigation and Monitoring Plans
• Appropriate Assessment reporting as required under the Habitats Directive 92/43/EEC e.g. Habitat Regulation Assessment (HRA)
• All baseline surveys and desktop studies, modelling associated with the above
• GIS mapping and CAD capability
• Preliminary Construction Environmental Management Plans (CEMP)
• Preliminary Erosion and Sediment Control Plans
• Preliminary Waste Management Plans
• Habitat Management Plans
• Participation in public consultation
• Coordination of and Participation in Public enquiries
Mitigation and Monitoring Plans
Some post construction services during the operational phase may also be included in the framework scope.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 96
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 10
[CriteriaChoosingLimited]:
As stated in Pre-Qualification Information memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [Yes]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
Details on any options will be provided in the tender documentation.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

This procurement competition is intended to establish a multi-party Framework agreement. It is expected that the framework will contain five (5) suitably qualified service providers for this Lot 3. The Framework term will compromise of a five (5) year initial term, with the option, at the Contracting Entity's own discretion, to extend up to a maximum of a further three years.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
III.1.6)

[DepositsRequired]

As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
III.1.7)

[FinancingConditions]

As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
III.1.8)

[LegalFormTaken]

As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

As stated in Pre-Qualification Information Memorandum available on request from www.etenders.gov.ie using RFT ID 156261.
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSeveral]
[FrameworkParticipEnvis]:  5
IV.1.4)

[ReductionDuringDialogue]

[ReductionRecourse]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  14/10/2019
[Time]:  15:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.3)

[InfoAdditional]

It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (e-Tenders RFT ID 156261).Registration is free of charge. Interested parties must register their interest for the PQQ on the eTenders website. Once you have registered your interest please forward a message in eTenders to request the PQQ documentation and the documentation will then be forwarded to you. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties. Further information on this procurement competition is set out in the Pre-Qualification documentation available on request.
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
[AddressPhone]: +353 18886000