Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
EWIC Marine Survey — Off-Shore Geophysical Survey
Reference number: ENQEIR609
II.1.2)Main CPV code
71354500
II.1.3)Type of contract
Services
II.1.4)Short description:
The East West Interconnector (EWIC) is a high-voltage direct current (HVDC) interconnector which links the electricity transmission grids of Ireland and Great Britain. It has a power rating of 500 MW and utilises HVDC Voltage Source Converter technology. EWIC is a fully regulated interconnector which was developed and is owned by EirGrid Interconnector DAC (EIDAC) which is part of the EirGrid Group. The asset was built by ABB and entered into commercial operationa in December 2012. The asset base consists of the following;
In relation to the 187 km of Marine Cable, EIDAC intend to undertake an ‘inspection survey’, comprising high resolution multibeam echo sounder and side scan sonar to assess the burial condition of the cable and identify any changes to the cable’s current protection and environmental conditions.
Interested parties should refer to the Information Memorandum and Pre-Qualification Questionnaire attached to the etenders notice for full details.
II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71354500
II.2.3)Place of performance
NUTS code: IE
Main site or place of performance:
Between Ireland and Wales.
II.2.4)Description of the procurement:
The East West Interconnector (EWIC) is a high-voltage direct current (HVDC) interconnector which links the electricity transmission grids of Ireland and Great Britain. It has a power rating of 500 MW and utilises HVDC Voltage Source Converter technology. EWIC is a fully regulated interconnector which was developed and is owned by EirGrid Interconnector DAC (EIDAC) which is part of the EirGrid Group. The asset was built by ABB and entered into commercial operationa in December 2012. The asset base consists of the following;
— 500 MW Converter Station (Portan, Ireland),
— 500 MW Converter Station (Shotton, GB),
— High Voltage Cable Spares Facility,
— 40 km HVDC Land Cable in Ireland,
— 30 km HVDC Land Cable in GB,
— 187 km HVDC Marine Cable,
— 257 km Fibre Optic Cable (bundled with cable).
In relation to the 187 km of Marine Cable, EIDAC intend to undertake an ‘inspection survey’, comprising high resolution multibeam echo sounder and side scan sonar to assess the burial condition of the cable and identify any changes to the cable’s current protection and environmental conditions.
This survey follows on from the 2015 survey, wherein EIDAC performed a high-resolution survey to establish the cable depth of burial and seabed level dataset along the entire EWIC route. While the entire depth of burial survey will not need to be repeated, the proposed ‘inspection’ survey shall identify with confidence changes in sediment depth/mobility and the depth of burial/cable exposure.
Interested parties should refer to the Information Memorandum and Pre-Qualification Questionnaire attached to the etenders notice for full details.
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: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 31/07/2018
End: 31/10/2018
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
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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.2.14)Additional information
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
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
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.1.5)Information about reserved contracts
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.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/03/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 16/04/2018
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English, Irish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 26/03/2019
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
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 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)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
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)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
Ireland
Internet address:http://www.courts.ie
VI.5)Date of dispatch of this notice:
16/02/2018