Contract notice

Information

Published

Date of dispatch of this notice: 24/02/2023

Expire date: 29/03/2023

External Reference: 2023-255917

TED Reference: 2023/S 043-126308

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Minister for Environment, Climate and Communication
29-31 Adelaide Road,
Dublin
Dublin 2
IE
Contact person: Sarah O'Hara
Telephone: +353 0761008363
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=234534&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.4)

Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)

Main activity

Environment

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi Supplier Framework Agreement for the provision in five lots of Offshore Renewable Energy and Renewable Energy Consultancy
Reference number:  PROJ000008232
II.1.2)

Main CPV code

71318000  -  Advisory and consultative engineering services
II.1.3)

Type of contract

Services
II.1.4)

Short description

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
II.1.5)

Estimated total value

Value excluding VAT: 18225000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

1. Technical Advisory Services
Lot No:  1
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71311300  -  Infrastructure works consultancy services
71313000  -  Environmental engineering consultancy services
71313440  -  Environmental Impact Assessment (EIA) services for construction
71314000  -  Energy and related services
71314200  -  Energy-management services
71314300  -  Energy-efficiency consultancy services
71621000  -  Technical analysis or consultancy services
72224000  -  Project management consultancy services
73112000  -  Marine research services
73220000  -  Development consultancy services
76500000  -  Onshore and offshore services
76520000  -  Offshore services
79400000  -  Business and management consultancy and related services
90711000  -  Environmental impact assessment other than for construction
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90712000  -  Environmental planning
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

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
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: 7602500.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
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.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

2. Economic and Financial Services
Lot No:  2
II.2.2)

Additional CPV code(s)

71314300  -  Energy-efficiency consultancy services
71621000  -  Technical analysis or consultancy services
72224000  -  Project management consultancy services
73220000  -  Development consultancy services
79400000  -  Business and management consultancy and related services
79211000  -  Accounting services
71321100  -  Construction economics services
79311400  -  Economic research services
79221000  -  Tax consultancy services
66171000  -  Financial consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

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
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: 4838500.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
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
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

3. Environmental and Climate Services
Lot No:  3
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71311300  -  Infrastructure works consultancy services
71313000  -  Environmental engineering consultancy services
71313440  -  Environmental Impact Assessment (EIA) services for construction
71314000  -  Energy and related services
71314200  -  Energy-management services
71314300  -  Energy-efficiency consultancy services
71621000  -  Technical analysis or consultancy services
72224000  -  Project management consultancy services
73112000  -  Marine research services
73220000  -  Development consultancy services
76500000  -  Onshore and offshore services
76520000  -  Offshore services
79400000  -  Business and management consultancy and related services
90711000  -  Environmental impact assessment other than for construction
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90712000  -  Environmental planning
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

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
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: 4397000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
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
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

4. Hydrogen and Biomethane Services
Lot No:  4
II.2.2)

Additional CPV code(s)

71300000  -  Engineering services
71311300  -  Infrastructure works consultancy services
71313000  -  Environmental engineering consultancy services
71313440  -  Environmental Impact Assessment (EIA) services for construction
71314000  -  Energy and related services
71314200  -  Energy-management services
71314300  -  Energy-efficiency consultancy services
71621000  -  Technical analysis or consultancy services
72224000  -  Project management consultancy services
73112000  -  Marine research services
73220000  -  Development consultancy services
76500000  -  Onshore and offshore services
76520000  -  Offshore services
79400000  -  Business and management consultancy and related services
90711000  -  Environmental impact assessment other than for construction
90711400  -  Environmental Impact Assessment (EIA) services other than for construction
90712000  -  Environmental planning
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin 1
II.2.4)

Description of the procurement

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
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: 1387000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
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
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 consult the RFT documentation for this competition (RFT#233409)
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the RFT documentation for this competition (RFT#233409)

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  80
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:  29/03/2023
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  29/03/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Ireland
Dublin
IE
Telephone: +353 18866000

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors.