The Celtic Electrical Interconnector FR-IR Project is being developed as a 700 MW, 320 kV VSC HVDC link between the French and Irish transmissions systems. This HVDC link is composed of one circuit, comprised of two power cables and two converter stations. The link is approximately 575 km long, of which the offshore element comprises approximately 500 km. The converter stations are currently anticipated to be located close to the 400 kV La Martyre substation (France) and the Knockraha 220 kV substation in Co Cork (Ireland).
This notice relates to the EPC contract for the design, manufacture, delivery, installation and commissioning of the VSC converter stations in Ireland and France, inclusive of all civil works and (if necessary) associated maintenance contract/s.
A separate contract notice will be published for an EPC Contract relating to the design, manufacture, delivery, installation, commissioning and maintenance of the cable link.
Deadline
The time limit for receipt of tenders was 2020-11-09.
The procurement was published on 2020-10-05.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Contracting authority Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
“The applicable national procurement law is Irish law, principally the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (SI No...”
In the case of joint procurement involving different countries, state applicable national procurement law
The applicable national procurement law is Irish law, principally the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (SI No 286 of 2016).
Object Scope of the procurement
Title:
“CELTIC002 – Converter Station Engineering Procurement and Construction (EPC) contract for the Celtic Interconnector Project
19638”
Products/services: Construction work📦
Short description:
“The Celtic Electrical Interconnector FR-IR Project is being developed as a 700 MW, 320 kV VSC HVDC link between the French and Irish transmissions systems....”
Short description
The Celtic Electrical Interconnector FR-IR Project is being developed as a 700 MW, 320 kV VSC HVDC link between the French and Irish transmissions systems. This HVDC link is composed of one circuit, comprised of two power cables and two converter stations. The link is approximately 575 km long, of which the offshore element comprises approximately 500 km. The converter stations are currently anticipated to be located close to the 400 kV La Martyre substation (France) and the Knockraha 220 kV substation in Co Cork (Ireland).
This notice relates to the EPC contract for the design, manufacture, delivery, installation and commissioning of the VSC converter stations in Ireland and France, inclusive of all civil works and (if necessary) associated maintenance contract/s.
A separate contract notice will be published for an EPC Contract relating to the design, manufacture, delivery, installation, commissioning and maintenance of the cable link.
Show more
Estimated value excluding VAT: EUR 230 000 000 💰
This notice relates to the EPC contract for the design, manufacturing, delivery, installation and commissioning of the VSC converter stations in Ireland and France, inclusive of all civil works and (if necessary) associated maintenance contract/s.The project is proposed as a voltage source converter (VSC) Symmetrical Monopole configuration with converter station terminals which are currently anticipated to be located close to 400 kV La Martyre substation, France and the Knockraha 220 kV substation in Co. Cork, Ireland. The specific locations of the converter stations will be confirmed by the contracting entity at a later stage of the competition.
The scope of the converter station EPC Contract shall include:
— all works associated with the design, manufacturing, delivery, installation and commissioning of the converter stations in Ireland and France, inclusive of all civil works.
The design, manufacturing, delivery, installation and pre-commissioning of either;
A 220 kV AC GIS (Gas Insulated Switchgear) ring busbar configuration substation (inclusive of all civil works) for the purposes of facilitating connection to the grid connection point at Knockraha 220 kV AC substation in Ireland;
A 220 kV or 400 kV AIS AC tail substation (inclusive of all civil works) for the purposes of facilitating connection to the grid connection point at Knockraha 220 kV AC substation in Ireland. Note that if a 400 kV AIS AC tail substation is required this will also require a 400/220 kV transformer as part of the converter EPC scope.
— the possible design, manufacturing, installation and pre-commissioning of a shunt reactor and series reactor in Ireland associated with the 220 kV AC GIS substation;
— all testing, and commissioning requirements for the DC link; and
— warranty period defects rectification for the DC converter station, and AC substation.
Subject to the nature of defects obligations under the converter station EPC contract, it is also anticipated that certain other maintenance services will be managed under a separate contract or contracts, the terms of which will be agreed with the appointed EPC contractor (or another nominated entity) as part of the converter Station EPC contract negotiations. This separate maintenance contract(s) shall, at the option of the contracting entity, be concluded between either:
(a)
i) the contracting entity on the one part; and
(ii) the appointed EPC Contractor (or another nominated entity) on the other part; or
(b)
(i) EirGrid (or any of its respective group companies) on the one part; and
(ii) the appointed EPC Contractor (or another nominated entity) on the other part, in respect of the project assets located in the Irish jurisdiction;
and
(i) RTE on the one part and;
(ii) the appointed EPC contractor (or another nominated entity) on the other part, in respect of the project assets located in the French jurisdiction.
It is currently expected that, in respect of the project assets located in France, maintenance contracts will be governed by French law and in respect of the project assets located in Ireland, maintenance contracts will be governed by Irish law. The maintenance contract(s) will provide for a range of maintenance services to be provided by the contractor over a period of years; the maintenance requirements associated with EirGrid’s assets and RTE’s assets may vary.Further details on contract scope are provided in the procurement documents.
The contracting entity, CIDAC, is an incorporated joint venture company established in Ireland, to procure the design, construction, installation, commissioning and maintenance of the Celtic Interconnector assets.
The CELTIC Interconnector FR-IR project is a joint project developed by CIDAC in its own name but on behalf of its shareholders, Réseau de Transport d’Electricité (RTE) and EirGrid plc, who act as the TSO in France and Ireland respectively.
The project is supported by the European Union’s Connecting Europe facility (CEF).
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 230 000 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 60
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“The EPC contract shall not be subject to renewal. However, associated maintenance contract(s) may be subject to renewal at the contracting entity’s...”
Description of renewals
The EPC contract shall not be subject to renewal. However, associated maintenance contract(s) may be subject to renewal at the contracting entity’s discretion.The duration of the IMR contract is estimated at between 5 and 15 years.The IMR contract for the French and Irish side may be renewed at RTE and EirGrid discretion for a period not exceeding 40 years.Details will be provided later in the ITT.
Show more Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
“Details are set out in the procurement documents (Information Memorandum and pre-qualification questionnaire (PQQ)).” Information about variants
Variants will be accepted ✅ Information about options
Options ✅
Description of options:
“Options and variants: the contracting entity reserves the right to use such variants and options as it may deem necessary. Further information on these will...”
Description of options
Options and variants: the contracting entity reserves the right to use such variants and options as it may deem necessary. Further information on these will be provide in the procurement documents.
Show more Scope of the procurement
Information about European Union funds:
“Celtic Electrical Interconnector FR-IR — Connecting Europe Facility programme — Trans-European Energy (TEN).” Description
Additional information:
“All communications throughout the tender process related to the CIDAC Celtic project must be sent via (rte-france.bravosolution.com). Any communications not...”
Additional information
All communications throughout the tender process related to the CIDAC Celtic project must be sent via (rte-france.bravosolution.com). Any communications not sent via this e-sourcing portal will not receive a response. CIDAC (including RTE and EirGrid) will not accept any responsibility should this happen. In this regard, further information is set out in the procurement documents.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions: Please refer to the procurement documents (PQQ and information memorandum).
Economic and financial standing
List and brief description of selection criteria:
“Selection criteria are set out in the procurement documents (PQQ and information memorandum). There are minimum requirements in relation to financial...”
List and brief description of selection criteria
Selection criteria are set out in the procurement documents (PQQ and information memorandum). There are minimum requirements in relation to financial standing that must be satisfied for the Candidate to remain in the competition.
Show more Technical and professional ability
List and brief description of selection criteria:
“Selection criteria are set out in the PQQ and the information memorandum. There are minimum requirements in relation to technical and professional ability...”
List and brief description of selection criteria
Selection criteria are set out in the PQQ and the information memorandum. There are minimum requirements in relation to technical and professional ability that must be satisfied for the candidate to remain in the competition.
Show more Conditions for participation
List and brief description of rules and criteria:
“In order to participate in the competition, various legal, financial and technical requirements must be met by the candidate and associated entities. Only...”
List and brief description of rules and criteria
In order to participate in the competition, various legal, financial and technical requirements must be met by the candidate and associated entities. Only those candidates who meet all of the minimum requirements and are not eliminated from the competition for any other lawful reason will proceed to have their scores for technical and professional ability aggregated; it is anticipated that the three (3) candidates with the highest aggregate scores in respect of technical and professional ability will be invited to proceed to the negotiation phase (ITT). The contracting entity reserves the right at its absolute discretion to select more or less candidates in accordance with the procurement documents.
Please refer to the procurement documents (PQQ and the information memorandum) for full information about the rules and criteria for participation.
Show more
Deposits and guarantees required:
“It is expected that customary bonds, guarantees and collateral warranties would be required from the entity/entities appointed to the converter station EPC...”
Deposits and guarantees required
It is expected that customary bonds, guarantees and collateral warranties would be required from the entity/entities appointed to the converter station EPC contract and/or the maintenance contract(s) and their respective Subcontractors by the contracting entity and/or the shareholders or either of them and/or their respective funders, (if any).
A contractual commitment, in a form satisfactory to the contracting entity (e.g. collateral warranties, direct agreements, bonds, parent company guarantees etc.), may also be required from any entity upon whose resources or support a candidate may rely.
Show more
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“Main financial conditions and payment arrangements will be described in the procurement documents.”
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“Where a group of economic operators is successful in the competition and proposes to enter into the converter station EPC contract (or an associated...”
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Where a group of economic operators is successful in the competition and proposes to enter into the converter station EPC contract (or an associated maintenance contract) together, they may, be required by the contracting entity to incorporate a company for the purpose of entering into the contract. Where the contracting entity does not require the successful group of economic operators to incorporate a company for the purpose of entering into the converter station EPC Contract (or an associated maintenance contract), it may require the candidate members in question to assume joint and several liability under the contract.
Show more Conditions related to the contract
Contract performance conditions:
“Details will be set out in the procurement documents (where applicable).
In the event the converter station EPC Contractor sub-contracts any part of the...”
Contract performance conditions
Details will be set out in the procurement documents (where applicable).
In the event the converter station EPC Contractor sub-contracts any part of the contract, it shall be required to comply with related articles L.2193-1 and following and R. 2193-1 and following of the French Public Procurement Code.
Procedure Type of procedure
Negotiated procedure with prior call for competition
Administrative information
Previous publication concerning this procedure: 2019/S 219-536656
Time limit for receipt of tenders or requests to participate: 2020-11-09
12:00 📅
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2021-03-08 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Languages in which tenders or requests to participate may be submitted: Irish 🗣️
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 24
Complementary information Additional information
“Governing Law: the competition for the Cable EPC contract is being conducted in accordance with Irish law, including the European Union (Award of Contracts...”
Governing Law: the competition for the Cable EPC contract is being conducted in accordance with Irish law, including the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (S.I. No 286 of 2016) (as amended). The courts of Ireland shall have exclusive jurisdiction in relation to any disputes arising from the procurement documents and/or the competition generally.
The converter station EPC contract should it be awarded, shall be governed principally by the laws of France. The mandatory laws of other applicable jurisdictions may also apply in certain respects.
The maintenance contract(s) will provide for a range of maintenance services to be provided by the contractor over a period of years; the maintenance requirements associated with EirGrid’s assets and RTE’s assets may vary.
Time: interested parties should note (in particular in relation to Section IV.2.2) that references to time in this notice are to Central European Time
NDA: interested parties wishing to participate in the pre-qualification process must request to participate via the dedicated platform. In order to protect certain confidential information, each candidate (or the lead candidate member, where a candidate is a group or consortium) will be required to enter into a mutual non-disclosure agreement (NDA) prior to receiving the information memorandum and pre-qualification questionnaire. Please contact the contacting entity via https://rte-france.bravosolution.com (RFI number 19638) in order to obtain a copy of the NDA. The NDA shall be returned signed to the contracting entity within 5 working days of receipt. The NDA is not negotiable.
Costs: the contracting entity will not be responsible for any costs, charges or expenses incurred by any party as a result of participating in the competition. All costs associated with participation are solely the responsibility of the participants, including where the competition is terminated or abandoned. Candidates submitting documents in languages other than English may be asked to translate and resubmit documents at their own expense.
Award: any contract award will be subject to the approval of the competent authorities.
Termination of competition: at its absolute discretion, the contracting entity may elect to terminate this competition at any time and without incurring any liability.
Value: The value specified in sections II.1.5) and II.2.6) above is an estimate of the value of the converter stations EPC contract; the actual value may be higher or lower. It does not include the value of any associated maintenance contract(s) that may be required. It is currently anticipated that any associated maintenance contracts could be valued in the range of EUR 30 million to EUR 50 million. If separate maintenance contracts are concluded by EirGrid and RTE, these may each be of different value.
Duration: the duration of 60 months specified in section II.2.7) above is an estimate of the duration of the construction phase of the converter stations EPC contract; the actual duration may be longer or shorter. This estimate does not include any defects liability or warranty period which may apply. It also does not include the duration of any associated maintenance contract(s) that may be required; it is currently anticipated that any such contract(s) may be of 5-15 years in duration and may be subject to renewal. If separate contracts are concluded by EirGrid and RTE, these may each be of different duration.
Anticipated timetable for the Competition
Candidates should note the anticipated timetable for the competition is as follows:
— deadline for submission of expression of interest: no later than 12.00 (CET) on 9 November 2020;
— deadline for submission of queries/requests from candidates: no later than 12.00 (CET) on 9 November 2020;
— closing date and time for pre-qualification submissions to be submitted by candidates: no later than 12.00 (CET) on 30 November 2020.
Show more Review body
Name: The High Court Four Courts
Postal town: Dublin 7
Country: Ireland 🇮🇪
Phone: +353 18886000📞
URL: http://www.courts.ie/🌏 Review procedure
Precise information on deadline(s) for review procedures:
“The contracting entity will not conclude this contract to which a standstill period applies in accordance with European Communities (Award of Contracts by...”
Precise information on deadline(s) for review procedures
The contracting entity will not conclude this contract to which a standstill period applies in accordance with European Communities (Award of Contracts by Utility Undertakings) (Review Procedures) Regulations 2010) (SI 131 of 2010), until after the expiry of the standstill period which commences on the day following the date of notification on concerned candidates and tenderers. SI I31 of 2010 provides that review procedures are available in the Irish High Court to a person who has or has had an interest in obtaining the reviewable 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 such contract. The time limits for application to the High Court are set out in SI 131 of 2010.
All candidates should make themselves familiar with Irish Statutory Instrument SI 131 of 2010, and obtain their own independent legal advice in respect of Irish review procedures.
Show more
Source: OJS 2020/S 197-477847 (2020-10-05)
Contract award notice (2022-12-20) Contracting authority Name and addresses
Name: CIDAC - Celtic Interconnector Designated Activity Company Contact
Region: Éire/Ireland🏙️
Contracting authority (additional)
Name: CIDAC - Celtic Interconnector Designated Activity Company Contact
Contact person: Sarah Crowe
Contracting authority
E-mail: sarah.crowe@eirgrid.com📧 Information about joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
“The applicable national procurement law is Irish law, principally the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (SI No...”
In the case of joint procurement involving different countries, state applicable national procurement law
The applicable national procurement law is Irish law, principally the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (SI No 286 of 2016)
Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 462 758 640 💰
Description
Main site or place of performance: County Cork in Ireland and Finistère Department in France
Description of the procurement:
“This notice relates to the EPC contract for the design, manufacturing, delivery, installation and commissioning of the VSC converter stations in Ireland and...”
Description of the procurement
This notice relates to the EPC contract for the design, manufacturing, delivery, installation and commissioning of the VSC converter stations in Ireland and France, inclusive of all civil works and (if necessary) associated maintenance contract/s.The project is proposed as a voltage source converter (VSC) Symmetrical Monopole configuration with converter station terminals which are located close to 400 kV La Martyre substation, France and the Knockraha 400 kV substation in Co. Cork, Ireland.
The contracting entity, CIDAC, is an incorporated joint venture company established in Ireland, to procure the design, construction, installation, commissioning and maintenance of the Celtic Interconnector assets.
The CELTIC Electrical Interconnector FR-IR Project is a joint project developed by CIDAC in its own name but on behalf of its shareholders, Réseau de Transport d’Electricité (RTE) and EirGrid plc, who act as the transmission system operators in France and Ireland respectively.
The project is supported by the European Union’s Connecting Europe facility (CEF).
Show more Information about options
Description of options:
“The Contracting Entity reserves the right to use such variants and options as it may deem necessary. Further information on these will be provide in the...”
Description of options
The Contracting Entity reserves the right to use such variants and options as it may deem necessary. Further information on these will be provide in the procurement documents.
Show more Scope of the procurement
Information about European Union funds:
“Celtic Electrical Interconnector FR-IR - Connecting Europe Facility programme - Trans-European Energy (TEN)”
Procedure Administrative information
Previous publication concerning this procedure: 2020/S 197-477847
Award of contract
1️⃣
Contract Number: 1
Title:
“CELTIC002 – Converter Station Engineering Procurement and Construction (EPC) contract for the Celtic Interconnector Project”
Date of conclusion of the contract: 2022-11-24 📅
Name and address of the contractor
Name:
“Siemens Energy Global GmbH & Co.KG AND Siemens Energy Limited AND Siemens Energy SAS”
Postal town: Munich
Country: Germany 🇩🇪
Region: Deutschland 🏙️
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 462 758 640 💰
Complementary information Additional information
“Governing Law: The competition for the Cable EPC contract is being conducted in accordance with Irish law, including the European Union (Award of Contracts...”
Governing Law: The competition for the Cable EPC contract is being conducted in accordance with Irish law, including the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (S.I. No. 286 of 2016) (as amended). The courts of Ireland shall have exclusive jurisdiction in relation to any disputes arising from the procurement documents and/or the Competition generally.
The Converter EPC Contract shall be governed principally by the laws of France. The mandatory laws of other applicable jurisdictions may also apply in certain respects.
Show more Review body
Postal town: Dublin
Postal code: 7
Source: OJS 2022/S 248-720874 (2022-12-20)