Contract notice - utilities

Information

Published

Date of dispatch of this notice: 19/04/2023

Expire date: 24/05/2023

External Reference: 2023-200533

TED Reference: 2023/S 080-242461

Contract notice - utilities

[NoticeContractUtilities]

[Services]

[Directive201425]

[Section1]: [Ce]

I.1)

[NameAddressContact]

EirGrid plc
N/A
Block 2 - The Oval, 160 Shelbourne Road
Ballsbridge
Dublin 4
IE
[Contactpoint]: Peter Whearity
[AddressPhone]: +353 12370166
[Nutscode]:  IE -  IRELAND
[Internets]:
I.2)

[JointProcurement]

[JointProcurementCentral]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=240695&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.6)

[Mainactivity]

[MainactivElectricity]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Marine Survey Services Framework
[Fileref]:  ENQEIR823
II.1.2)

[CpvMain]

76500000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

EirGrid has a requirement for the provision of a range of specialised offshore surveys, studies and reports from strategic partners. These services will cover all of EirGrid’s Offshore Wind and HVDC/AC Interconnection requirements for the immediate future.
EirGrid is initiating an offshore infrastructure programme of work in response to the Government’s Policy Statement on the Framework for Phase Two Offshore Wind, published March 23.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 300000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

50240000  - 
71354500  - 
73112000  - 
76520000  - 
76521000  - 
76522000  - 
79961320  - 
90712300  - 
98360000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  IE -  IRELAND
II.2.4)

[DescrProcurement]

EirGrid has a requirement for the provision of a range of specialised offshore surveys, studies and reports from strategic partners. These services will cover all of EirGrid’s Offshore Wind and HVDC/AC Interconnection requirements for the immediate future.
EirGrid is initiating an offshore infrastructure programme of work in response to the Government’s Policy Statement on the Framework for Phase Two Offshore Wind, published March 23.
Under the policy, EirGrid will support the transformation of Ireland’s power system by developing offshore grid transmission infrastructure, which will connect offshore projects to onshore nodes on the south coast of Ireland.
EirGrid’s offshore investment will facilitate a doubling of Ireland’s renewable capacity from 5GW to 10GW by 2030; improve our energy security; and reduce our reliance on imported fossil fuels.
This will include offshore substations and submarine cables connecting them to the onshore grid. Offshore wind developers will compete for supports via auctions, known as ORESS1 and ORESS2, to develop windfarms that connect to the offshore substations developed by EirGrid for ORESS2.
The offshore substations will also be capable of connecting higher volumes of future offshore wind when the onshore grid is sufficiently robust to absorb this capacity.
The Government has set a target of 5 Gigawatts of offshore renewable energy to be delivered by 2030. The bulk of this will be met by successful ORESS1 projects, most of which are located along the east coast.
EirGrid intends to establish a multi-party Framework Agreement (ultimately appointing up to 5 companies to the Framework) for the provision of these services.
EirGrid envisages qualifying up to 8 Candidates from this pre-qualification process, subject to the quality of responses received.
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.
Please note that the estimated value of €300,000,000 takes into account the potential 8 year duration of the Framework
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 300000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 60
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 8
[CriteriaChoosingLimited]:
“Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
The initial contract period envisaged is 5 years with the possibility to extend annually up to a further 3 years, subject always to the satisfactory performance of the supplier.
The estimated spend of 300 million EUR is taking into account the full duration of the contract including the possible extensions.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  “Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.1.4)

[ParticipationRules]

[DescrBriefRules]: “Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.”
III.1.6)

[DepositsRequired]

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

[FinancingConditions]

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

[LegalFormTaken]

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

[ConditionsContract]

III.2.2)

[OtherConditions]

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

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeNegotWCall]
IV.1.3)

[FrameworkContractDpsInfo]

[FrameworkSeveral]
[FrameworkParticipEnvis]:  5
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  24/05/2023
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.3)

[InfoAdditional]

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 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Four Courts Dublin 7 Ireland
Dublin
7
IE
[AddressPhone]: +353 18886000

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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.
VI.4.4)

[AppealsInfo]

Central office of the High Courts (Appeal Section)
Ground Floor, East Wing, Inns Quay Dublin 7 Ireland
Dublin
7
IE
[AddressPhone]: +353 18886000