The contracting entity intends to procure a multi-party framework to deliver the scope of services listed below. The scope of support will vary pending the project specific requirements, but an outline of the foreseen scope is detailed below. The scope requirements have been subdivided into three lots for ease of review and evaluation.
Lot 1: Offshore wind fixed foundations engineering consultancy services;
Lot 2: Offshore wind floating foundations engineering consultancy services;
Lot 3: Offshore geotechnical engineering consultancy services.
Deadline
The time limit for receipt of tenders was 2021-06-04.
The procurement was published on 2021-04-19.
Object Scope of the procurement
Title:
โOffshore Wind โ Geotechnical and Foundations Professional Services Framework Agreement
GWM12158โ
Products/services: Offshore services๐ฆ
Short description:
โThe contracting entity intends to procure a multi-party framework to deliver the scope of services listed below. The scope of support will vary pending the...โ
Short description
The contracting entity intends to procure a multi-party framework to deliver the scope of services listed below. The scope of support will vary pending the project specific requirements, but an outline of the foreseen scope is detailed below. The scope requirements have been subdivided into three lots for ease of review and evaluation.
Lot 1: Offshore wind fixed foundations engineering consultancy services;
Lot 2: Offshore wind floating foundations engineering consultancy services;
Lot 3: Offshore geotechnical engineering consultancy services.
Show more Information about lots
Tenders may be submitted for all lots
1๏ธโฃ Scope of the procurement
Title: Offshore Wind Fixed Foundations Engineering Consultancy Services
Title
Lot Identification Number: 1
Description
Additional products/services: Offshore services๐ฆ
Place of performance: United Kingdom ๐๏ธ
Place of performance: รire/Ireland๐๏ธ
Description of the procurement:
โThe contracting entity intends to procure a multi-party framework to deliver the scope of services listed below.
The scope of support will vary pending the...โ
Description of the procurement
The contracting entity intends to procure a multi-party framework to deliver the scope of services listed below.
The scope of support will vary pending the project specific requirements, but an outline of the foreseen scope is detailed below. The scope requirements have been subdivided into three lots for ease of review and evaluation.
Lot 1: Offshore wind fixed foundations engineering consultancy services;
Lot 1 encompasses engineering support to offshore windfarm projects suitable for a fixed foundation design concept. An overview of some basic engineering tasks associated with Lot 1 are listed below, it should be noted that this is not an exhaustive list and additional engineering tasks may be foreseen pending the site-specific characteristics.
โข project review: incorporating review of available project information such as conceptual designs, Metocean data, basis of design, geotechnical information, port and logistics information, fabrication strategies etc.;
โข legislation, regulations, and standards, codes and guidance reviews;
โข input to project execution plan;
โข input to project programme;
โข input to project layout design including WTG location micro-siting, inter-array cable layout etc.;
โข provision of input to design basis documentation including foundations (WTG and OSS), cables (IAC and export), scour protection, OSS topside etc.;
โข 3 party review of geophysical and geotechnical data including but not limited to:
โ drivability analysis;
โ jack-up platform leg penetration analysis;
โ pile driving noise evaluation;
โข offshore foundation (WTG Foundations and Offshore Substation Foundations) concept design;
โข integrated load analysis for various WTG designs;
โข foundation weight estimation reports;
โข definition of design standards/codes;
โข input to FEED and Pre-FEED Study tasks such as:
โ preliminary design studies;
โ project concepts review;
โ input to fabrication and material specification;
โ input to employers requirements documentation;
โ transport and installation strategy input
โข value engineering input and opportunities identification;
โข input to HSE risk management procedures;
โข input to project specific risk assessments such as:
โ Geohazard risk assessments;
โ design risk assessment input;
โ project strategy risk assessment;
โข participation in workshop meetings.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 96
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
โAs stated in pre-qualification information available on request from www.etenders.gov.ie using RFT ID 188589.โ Information about variants
Variants will be accepted โ Information about options
Options โ
Description of options: Details on any options will be provided in the tender documentation.
2๏ธโฃ Scope of the procurement
Title: Offshore Wind Floating Foundations Engineering Consultancy Services
Title
Lot Identification Number: 2
Description
Description of the procurement:
โLot 2 encompasses engineering support to offshore windfarm projects deemed suitable for a floating foundation design concept. An overview of some basic...โ
Description of the procurement
Lot 2 encompasses engineering support to offshore windfarm projects deemed suitable for a floating foundation design concept. An overview of some basic engineering tasks associated with Lot 2 are listed below, it should be noted that this is not an exhaustive list and additional engineering tasks may be foreseen pending the site-specific characteristics.
โข project review: incorporating review of available project information such as conceptual designs, Metocean data, basis of design, geotechnical information, port and logistics information, fabrication strategies etc.;
โข legislation, regulations, and standards, codes and guidance reviews;
โข input to project execution plan;
โข input to project programme;
โข input to project layout design including WTG location micro-siting, inter-array cable layout etc.;
โข provision of input to design basis documentation including foundations (WTG and OSS), cables (IAC and export), OSS topside etc.;
โข detailed concept studies and designs for different floating foundation designs (both concrete and steel options) including mooring system studies and designs;
โข integrated load analysis for various WTG designs;
โข foundation weight estimation reports;
โข mooring studies and analysis for conventional and innovative mooring system designs;
โข definition of design standards/codes;
โข input to FEED and Pre-FEED study tasks such as:
โ preliminary design studies;
โ project concepts review;
โ input to fabrication and material specification;
โ Input to Employers requirements documentation;
โ transport and installation strategy input;
โ temporary storage engineering;
โข value engineering input and opportunities identification
โข input to HSE risk management procedures
โข input to project specific risk assessments such as:
โ design risk assessment input;
โ project strategy risk assessment.
โข participation in workshop meetings.
3๏ธโฃ Scope of the procurement
Title: Offshore Geotechnical Engineering Consultancy Services
Title
Lot Identification Number: 3
Description
Additional products/services: Geotechnical engineering services๐ฆ
Description of the procurement:
โLot 3 encompasses geotechnical engineering consultancy services for offshore windfarm projects in the UK and Ireland. An overview of the engineering tasks...โ
Description of the procurement
Lot 3 encompasses geotechnical engineering consultancy services for offshore windfarm projects in the UK and Ireland. An overview of the engineering tasks associated with Lot 3 are listed below, it should be noted that this is not an exhaustive list and additional engineering tasks may be foreseen pending the site-specific characteristics.
โข input to scope of offshore geotechnical and geophysical site investigation works including:
โ desktop studies of available geological data;
โ input to technical specifications for laboratory testing of samples;
โ attendance to specific meetings with sub-contractors;
โ consultancy during offshore survey campaigns;
โข compilation of 3D ground models;
โข input to FEED and Pre-FEED study tasks such as:
โ preliminary design studies;
โ project concepts design compilation;
โ pile drivability analysis;
โ drilled foundation concept studies;
โ geotechnical input to concept design of mooring systems for floating foundations;
โ cable burial assessments;
โ sediment mobility study compilation;
โ leg penetration analysis for jack-up platforms;
โข 3 party reviews of geotechnical and geophysical data including but not limited to:
โ geotechnical risk identification and mapping;
โ review and input to geotechnical design interpretation;
โ geotechnical gap analysis reports;
โ scour assessments;
โ identification of Geohazards;
โ sediment mobility study reviews/compilation;
โ leg penetration analysis for jack-up platforms;
โ cable burial assessments;
โข attendance to geotechnical workshops;
โข early liaison with project certifier.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589.โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589.โ
Deposits and guarantees required:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589.โ
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589.โ
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589.โ Conditions related to the contract
Contract performance conditions:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID188589.โ Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 8
Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
Administrative information
Time limit for receipt of tenders or requests to participate: 2021-06-04
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โIt is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (e-Tenders RFT ID 188589).Registration is free...โ
It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition (e-Tenders RFT ID 188589).Registration is free of charge. Interested parties must register their interest for the PQQ on the eTenders website. Once you have registered your interest please forward a message in eTenders to request the PQQ documentation and the documentation will then be forwarded to you. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties. Further information on this procurement competition is set out in the Pre-Qualification documentation available on request.
Show more Review body
Name: Chief Registrar
Postal address: Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐
Source: OJS 2021/S 079-204294 (2021-04-19)