Contract notice - utilities

Information

Published

Date of dispatch of this notice: 02/03/2022

Expire date: 04/04/2022

External Reference: 2022-217447

TED Reference: 2022/S 046-120623

Contract notice - utilities

Contract notice – utilities

Works

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Bord Na Mona
N/A
Main Street
Co.Kildare
Newbridge
IE
Contact person: Sinead Connolly
Telephone: +353 45439000
NUTS code:  IE -  IRELAND
Internet address(es):
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=206943&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

Civil Balance of Plant for Derrinlough Wind Farm
Reference number:  SC 02/22
II.1.2)

Main CPV code

45200000  -  Works for complete or part construction and civil engineering work
II.1.3)

Type of contract

Works
II.1.4)

Short description

The Company intends to procure to procure works, supplies and design and build services related to the civil balance of plant for the Derrinlough Wind Farm project. The Company plans to develop the project commencing in 2022. The scope of work for Contract shall include the design, procurement, and installation. Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice for further information on the scope and tender process.
II.1.5)

Estimated total value

Value excluding VAT: 27000000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

31121340  -  Wind farm
71322000  -  Engineering design services for the construction of civil engineering works
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Company intends to procure to procure works, supplies and design and build services related to the civil balance of plant for the Derrinlough Wind Farm project. The Company plans to develop the project commencing in 2022. The scope of work for Contract shall include the design, procurement, and installation. It is envisaged that the five (5) highest-ranked suitably qualified Applicants (subject to the quality of applications received) will be shortlisted to proceed to the tender stage of the competition. Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice for further information on the scope and tender process.
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: 27000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18
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:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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:  Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents
III.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.6)

Deposits and guarantees required

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.7)

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

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.1.8)

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

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
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:  04/04/2022
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) Interested parties must register their interest on the eTenders web site (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 (www.etenders.gov.ie) only. Registration is free of charge. The Company 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 Company 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 Applicants 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 Company reserves the right to award the contract to the next ranked Tenderer as appropriate.
7) At its absolute discretion, the Company 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 Company is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, Applicants 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
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Company 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 Applicants and Tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically. Statutory Instrument No 131/2010 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