loading
  • GB Dublin
  • 12.06.2018
  • Ausschreibung
  • (ID 2-303000)

Onshore and Near shore Geotechnical Surveys


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 12.06.2018, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bodenmechanik, Erd-/ Grundbau / Vermessung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-Dublin
    TED Dokumenten-Nr. 224564-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Dublin: Geotechnical engineering services

      2018/S 098-224564

      Contract notice – utilities

      Works

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      SSE Renewables Offshore Limited
      339054
      Red Oak South, South County Business Park, Leopardstown,
      Dublin
      United Kingdom
      Contact person: Stuart Skipsey
      Telephone: +44 7384454029
      E-mail: MTFyc3RgcXMtcmpob3JkeD9ycmQtYm5s
      NUTS code: IE061

      Internet address(es):

      Main address: www.sse.com

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://sse.com/potential-suppliers
      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:

      Onshore and Near shore Geotechnical Surveys

      Reference number: 0819
      II.1.2)Main CPV code
      71332000
      II.1.3)Type of contract
      Works
      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 value
      Value excluding VAT: 4 000 000.00 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: 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 criteria
      Criteria 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 value
      Value excluding VAT: 4 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 12
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged 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 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:

      Participants must be verified on Achilles UVDB or Level 3 Supplyline.

      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:

      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 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: 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 participate
      Date: 12/06/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 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 tender
      Duration 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 recurrence
      This 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 body
      SSE 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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 25.05.2018
Zuletzt aktualisiert 25.05.2018
Wettbewerbs-ID 2-303000 Status Kostenpflichtig
Seitenaufrufe 47