Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addressesSSE Renewables Offshore Limited
339054
Red Oak South, South County Business Park, Leopardstown,
Dublin
United Kingdom
Contact person: Stuart Skipsey
Telephone: +44 7384454029
E-mail:
MTFyc3RgcXMtcmpob3JkeD9ycmQtYm5sNUTS code:
IE061Internet address(es):
Main address: www.sse.com
I.2)Information about 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 activityElectricity
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Onshore and Near shore Geotechnical Surveys
Reference number: 0819
II.1.2)Main CPV code71332000
II.1.3)Type of contractWorks
II.1.4)Short description:
Provision of offshore and near shore Geotechnical surveys works at Arklow Bank. The work comprises 25 boreholes and 50 cone penetration tests (CPT’s) located on as yet undefined locations across the Arklow Bank development area, and associated in-situ, and geotechnical laboratory testing and factual reporting.
II.1.5)Estimated total valueValue excluding VAT: 4 000 000.00 EUR
II.1.6)Information about lotsThis 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 performanceNUTS code: IE062
Main site or place of performance:
Arklow Bank, off the coast of county Wicklow, Ireland.
II.2.4)Description of the procurement:
The provision of offshore and near shore Geotechnical surveys, in order to gather sufficient geotechnical data to support the preliminary design, and in part the detailed design, of wind turbine generator (WTG) substructures and foundations. The work comprises 25 boreholes and 50 cone penetration tests (CPT’s) located on as yet undefined locations across the Arklow Bank development area, and associated in-situ, and geotechnical laboratory testing and factual reporting. The boreholes shall be composite boreholes, with a capability of sampling (push/piston, coring, hammer) and downhole CPT testing as required. Coring diameter shall be 100mm minimum. P-S downhole logging may be required. The CPT’s shall be seabed frame with a minimum 200kN push force, and be seismic and PWP capable. The contractor should assume that they will supply all management, technical support and competent labour, supervision, vessels, equipment, tools, materials, consumables, temporary works and each and all other resources necessary for the handling, transportation, unloading and receiving, monitoring, measuring, drilling, testing, and quality assurance necessary for the delivery of the work. Field works shall be completed by end September 2018, with Laboratory testing and factual reporting in early 2019. It is expected that this work will be delivered from a purpose built or suitably converted floating and/or jack up vessel(s), as deemed appropriate.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Project management and programme / Weighting: 20
Quality criterion - Name: Health, safety and environment / Weighting: 20
Quality criterion - Name: Quality / Weighting: 18
Quality criterion - Name: Technical / Weighting: 30
Quality criterion - Name: Finance and procurement finance and procurement / Weighting: 12
Cost criterion - Name: Total cost / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Pre-qualification shortlisting, criteria and weightings as shown in Pre-qualification Questionnaire.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
Participants must be verified on Achilles UVDB or Level 3 Supplyline.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
Participants must be verified on Achilles UVDB or Level 3 Supplyline.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated 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: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 12/06/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 19/06/2018
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 tenderDuration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
A period of 20 days for response to this notice has been chosen to facilitate the delivery of an offshore geotechnical survey campaign in 2018. A shortened notice period is required to allow for the evaluation of tenders, appointment of a contractor, assembly of works documentation, mobilisation and completion of the works by the end of the workable weather window, end October 2018.
VI.4)Procedures for review
VI.4.1)Review bodySSE plc
Perth
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:22/05/2018