Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Carbon Trust
4th Floor, Dorset House, 27-45 Stamford Street
For the attention of: Olivia Burke
SE1 9NT London
UNITED KINGDOM
Telephone: +44 2078324611
E-mail: MTZpZmNwY1soYyhcb2xlXzpdW2xcaWhubG9tbihdaWc=
Internet address(es):
General address of the contracting authority: www.carbontrust.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Carbon Trust
4th Floor Dorset House 27-45 Stamford Street
Contact point(s): Olivia Burke
SE1 9NT London
UNITED KINGDOM
Telephone: +44 2078324611
E-mail: MjE1YF1aZ1pSH1ofU2ZjXFYxVFJjU2BfZWNmZGUfVGBe
Internet address: http://www.carbontrust.com/about-us/tenders/
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Other: body procuring services with government funds
I.3)Main activity
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Dynamic Thermal Rating of Subsea Cables (DTR).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: UK.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Carbon Trust is working on a major technology accelerator initiative focussed on reducing the cost of energy (GBP / MWh) from offshore wind by more than 10 %. The Offshore Wind Accelerator (OWA) is funding large-scale research, development and demonstration (RD&D) projects to unlock technological barriers to advance the industry, and thereby accelerate its development so that significant carbon emissions reductions are achieved. Projects have been selected based on their potential impact on the cost of offshore wind farms and on their ability to deliver operational improvements in the short to medium term. This initiative has been structured as a funding collaboration between the Carbon Trust and a number of international energy companies active in offshore wind farm development.
The thermal optimisation of sub-sea cables is critical to achieve the formulated cost reduction targets for offshore wind. The current practice in the calculation of the current rating of sub-sea cables for offshore wind farms appears rather conservative. The recent Cigré publication TB 610 ‘Offshore Generation Cable Connections’ presented the methodology on how to determine the dynamic loading of the cable from the wind profile.
For this reason, the focus of this project is to look into the thermal optimisation of sub-sea cables in the operating conditions of offshore wind farms. The primary objectives of the project are to:
1. Identify all the critical cable de-rating factors;
2. Identify all the risks and propose mitigation measures;
3. Develop a fit for purpose methodology for the determination of the current rating of inter- array and export cables of offshore wind farms;
4. Recommend appropriate software tools to model inter-array and export cables of offshore wind farms.
For the project, an Advisory Panel consisting of industry and scientific experts and representatives of certification bodies will be implemented.
II.1.6)Common procurement vocabulary (CPV)
73000000, 76520000, 71320000, 44320000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
NA.
Estimated value excluding VAT:
Range: between 300 000 and 375 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 14 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
May be offered and/or required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details are set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If the service provider is a consortium, the members of the consortium must select from amongst themselves a lead contractor acceptable to the Carbon Trust.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Offshore Wind Accelerator General Conditions of Contract (provided with remainder of contract documents).
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Bidders are required to submit responses to sections III.2.2 and III.2.3 of this contract notice in their proposal. Partial completion of the details pertaining to this section may disqualify the bidder's proposal from consideration in this procurement.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 1. Has your organisation met the terms of its banking facilities and loan agreements (if any) during the past year? If no, what were the reasons, and what has been done to put things right?
2. Has your organisation met all its obligations to pay its creditors and staff during the past year? If no, explain why not?
3. Does any of the following apply to your organisation, or to (any of) the director(s)/partners/proprietor(s).
(a) Is in a state of bankruptcy, insolvency, compulsory winding up, receivership, composition with creditors, or subject to relevant proceedings?
(b) Has been convicted of a criminal offence related to business or professional conduct?
(c) Has committed an act of grave misconduct in the course of business?
(d) Has not fulfilled obligations related to payment of taxes?
(e) Is guilty of serious misrepresentation in supplying information?
(f) Is not in possession of relevant licenses or membership of an appropriate organisation where required by law?
4. Supply details of company standing (annual turnovers for the last 3 years in the area of business most relevant to the work under consideration, number of staff, length of time trading).
5. Provide copies of any public liability, employer's liability and insurance certificates.
Minimum level(s) of standards possibly required: Evidence that the service provider is in a satisfactory financial position to deliver the required services.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
1. Have you had any contracts terminated for poor performance in the last 3 years, or any contracts where damages have been claimed by the contracting authority? If yes, please provide details.
2. Details and/or certificate(s) attesting the company or companies' conformity with quality assurance standards and any other standards relevant to the services.
3. Indication of whether any proportion of the contract would be sub-contracted to another organisation and if so the proportion of the contract that would be sub-contracted.
4.Detail staff turnover rates.
Minimum level(s) of standards possibly required:
Demonstrate the capacity to perform the services required. The bidder should demonstrate sufficient aptitude to deliver the services.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Approach to work: Proposed Approach (20 %) — Bidders are required to provide a detailed description of how they plan to deliver each work package described in Annex A. The scope of work described in Annex A of the ITT is the required range of activities to complete this project. Bidders must clearly set out how they will deliver each of these activities. In addition, bidders are invited to make suggestions of additional areas of work or alternative or substitute activities to those described in Annex A, that would further support the objective of this work (‘Suggestions’). If the bidder chooses to propose Suggestions they are required to clearly and separately identify each of these Suggestions in their proposal. Bidders must give a detailed description of each suggestion and explain the reasoning and advantages that will be derived from acceptance of the suggestion. Bidders must also explain the impact of implementation of the suggestion on the activities set out in Annex A and/or on the continued requirement for these activities. Bidders should note that the Carbon Trust reserves the right to accept some, all or none of the suggestions. Bidders must ensure that they clearly differentiate (including by use of separate topic headings and paragraphs) their suggestions from the detailed description required by the first paragraph. Bidders will be required to confirm or comment on their ability to carry out the activities detailed in the Scope of Works within the initial term of the Contract and provide an outline plan of work. Project Management (10 %) — Bidders are required to describe how they will manage the project utilising appropriate resources and describe how they will work with the various stakeholders, such as the OWA TWG, to get information and manage potentially conflicting relationships. It is not expected that the Contractor will have to run any workshop with stakeholders.. Weighting 30
2. Experience: Relevant Experience in Offshore Wind Electrical Systems (15 %) — Bidders should elaborate on their experience relevant to the delivery of the scope of work. The Bidder is expected to explain how their past experiences are relevant for this tender and have experience in at least: — Electrical Engineering design —FEM modelling —Rating of cables for offshore wind —Laboratory testing of cables —Risk analysis. In addition, the Bidder should provide at least two examples (with reference to specific roles, responsibilities and activities the Bidder undertook) of previous work which illustrates the Bidder's skills, capabilities, and experience in all of these areas (Bidders may wish to make reference to submitted examples of previous work for other clients). Bidders are advised that experience is considered a key important criterion and partnerships with other companies to support certain areas of experience are welcomed. Relevant Experience in Offshore Wind Foundations (15 %) — Bidders should elaborate on their experience relevant to the delivery of the scope of work. The Bidder is expected to explain how their past experiences are relevant for this tender and have experience in at least: — Foundation design —Installation of structures —Good understanding of Design Code and relevant regulations — Risk analysis. In addition, the Bidder should provide at least two examples (with reference to specific roles, responsibilities and activities the Bidder undertook) of previous work which illustrates the Bidder's skills, capabilities, and experience in all of these areas (Bidders may wish to make reference to submitted examples of previous work for other clients) Bidders are advised that experience is considered a key important criterion and partnerships with other companies to support certain areas of experience are welcomed.. Weighting 30
3. Staff skills: CVs, Resumes (5 %) — Detailed CVs/Resumes for any staff who will be involved with this Contract together with proposed project structure, intended position of staff in the project, and main responsibilities. CVs should include professional memberships of proposed staff working on this project. Applicable Skills (5 %) Bidders should elaborate on the most relevant skills of the selected staff that will be applicable in the project. Prior Experience of Involved Staff (5 %) — Please include examples of similar work performed by the proposed staff members, explaining how is relevant to the work described in Annex A. — Expert Engagement (5 %) A close working relationship with key stakeholders such as cable manufactures or designers as well as the OWA Technical Working Group are seen relevant to the success of this project. Please supply ideas of how these groups can be engaged and leveraged.. Weighting 20
4. Price: Day rates, Man hrs for all Staff Grades (5 %) — Bidders are required to provide day rates for all staff grades. Bidders are also required to input the man-hrs involved in each work package described in Annex A. Fixed Price for the Project (15 %) — Project cost breakdown by work package, time and rate of person completing the work as specified in Section 5.6. Bidders are required to specify expected expenses apart from the estimated budget for each work package. Carbon Trust will reimburse reasonable expenses at cost and receipts may be requested. Pre-approval will be required for travel costs over GBP 150 per return journey and combined hotels & subsistence cost exceeding £200 per day. Bidders will be required to confirm or comment on their ability to carry out the activities detailed in the Scope of Works within the initial term of the Contract and provide an outline plan of work.. Weighting 20
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
4.1.2016 - 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 60 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
I.1) Name, address and contact point(s):
Please include ‘Technical Delivery Consultant (Dynamic Thermal Rating — DTR)’ in the subject of all emails.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Aggrieved parties who have been harmed or are at risk of harm by a breach of the rules may take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.11.2015