The Contracting Entity is seeking to award Framework Agreements for each of the five (5) Lots set out below, under which the Contracting Entity may make call-offs for the provision of certain onshore energy consultancy services (as set out below). The Framework Agreements will be entered into by Orsted Onshore Ireland Midco Limited; however, Applicants are advised that call-offs for consultancy services may be made by any Contracting Entity as elaborated on below. Applicants may submit an Application for one or more Lots. Lot A: Provision of project management services for onshore wind, solar and battery energy storage system projects in the Republic of Ireland Lot B: Provision of planning consultancy services for onshore wind projects in the Republic of Ireland Lot C: Provision of ecology consultancy services for onshore wind projects in the Republic of Ireland Lot D: Provision of planning and ecology consultancy services for solar projects in the Republic of Ireland Lot E: Provision of planning and ecology consultancy services for battery energy storage system projects in the Republic of Ireland
Deadline
The time limit for receipt of tenders was 2024-07-08.
The procurement was published on 2024-06-06.
Contract notice (2024-06-06) Object Scope of the procurement
Title: Multi-supplier framework agreements for the provision of consultancy services in the Republic of Ireland
Short description:
“The Contracting Entity is seeking to award Framework Agreements for each of the five (5) Lots set out below, under which the Contracting Entity may make...”
Short description
The Contracting Entity is seeking to award Framework Agreements for each of the five (5) Lots set out below, under which the Contracting Entity may make call-offs for the provision of certain onshore energy consultancy services (as set out below). The Framework Agreements will be entered into by Orsted Onshore Ireland Midco Limited; however, Applicants are advised that call-offs for consultancy services may be made by any Contracting Entity as elaborated on below. Applicants may submit an Application for one or more Lots.
Lot A: Provision of project management services for onshore wind, solar and battery energy storage system projects in the Republic of Ireland
Lot B: Provision of planning consultancy services for onshore wind projects in the Republic of Ireland
Lot C: Provision of ecology consultancy services for onshore wind projects in the Republic of Ireland
Lot D: Provision of planning and ecology consultancy services for solar projects in the Republic of Ireland
Lot E: Provision of planning and ecology consultancy services for battery energy storage system projects in the Republic of Ireland
Show more
Type of contract: Services
Products/services: Project management consultancy services📦
Estimated value excluding VAT: 100 500 000 EUR 💰
Information about lots
This contract is divided into lots ✅
Maximum number of lots that may be awarded to one tenderer: 5
Tenders may be submitted for maximum number of lots: 5
1️⃣
Description of the procurement:
“This Lot A is for project management assistance/ owner’s engineer services required for (1) pre-construction phase and (2) construction phase of commercial...”
Description of the procurement
This Lot A is for project management assistance/ owner’s engineer services required for (1) pre-construction phase and (2) construction phase of commercial scale onshore renewable energy projects (i.e. wind, solar and battery energy storage system projects) in the Republic of Ireland
The pre-construction services may include scope such as (without limitation):
(a) acting as the Project Supervisor Design Process (PSDP);
(e) providing contract templates for major contracts and developing same for issuing to the market for tender; and
(f) managing major contract tenders to contract award.
The construction phase services may include scope such as (without limitation):
(g) acting as the Project Supervisor Design Process (PSDP);
(h) acting as the engineer for the major contracts of the project;
(i) providing specialist technical support throughout the construction phase; and
(j) providing project management, engineering, QHSE, resident engineer and other resources, some of which would be based on the project site.
Show more
Additional information:
“The maximum value does not preclude or change the Contracting Entity’s right to make modifications to the Framework Agreement (as described in Article 89 of...”
Additional information
The maximum value does not preclude or change the Contracting Entity’s right to make modifications to the Framework Agreement (as described in Article 89 of the Utilities Directive), and the Contracting Entity reserves its discretion to make such changes as are necessary in accordance with this provision.
The Contracting Entity makes no guarantee in relation to any contract award and/or the volume or value of contracts to be procured over the term of any of the Framework Agreements. The award of the Framework Agreements to the successful tenderers shall not constitute a commitment of guarantee to procure any consultancy services. The Contracting Entity reserves the right to carry out separate procurement processes for services within the scope of this Competition should it, at its sole discretion, consider it appropriate to do so.
In relation to maximum and minimum number of candidates the following applies:
If the number of candidates applying for prequalification exceeds 5, then prequalification will be based on the selection criteria specified in this contract notice.
If more than one candidate is ranked at fifth place, all fifth-placed candidates will be invited for the second stage of the procedure.
Continuation of the field "Conditions relating to the performance of the contract":
1.3 Performance Security and Parent Company Guarantee
1.3.1 The Contracting Entity reserves the right to demand a performance security to secure the proper performance of any call-off agreement under a Framework Agreement. The performance security shall be issued by an entity with a credit rating specified in the tender material.
1.3.2 If the Applicant is a subsidiary, the Contracting Entity also reserves the right to demand a parent company guarantee executed by a direct or indirect parent company of the Applicant.
1.4 Transfer of Rights and Obligations
1.4.1 Each Framework Agreement will as a minimum grant the Contracting Entity a right to transfer the whole or any part of the Framework Agreement or any rights or obligations in or under the Framework Agreement (including without limitation any call-off agreement thereunder) without prior agreement of the Applicant to an Affiliate of the Contracting Entity or any legal entity that has or will become the owner of a Project.
1.4.2 Currently, the most likely transfer will be to an Affiliate of the Contracting Entity or to a special purpose vehicle (“SPV”) jointly owned by a third party and the Contracting Entity. The purpose of such SPV will be to own the relevant Project. Such transfer will not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). Should the Framework Agreement (including without limitation any call-off agreement thereunder) be transferred to the SPV or an Affiliate from the Contracting Entity, such transfer shall not be considered a material change of the Framework Agreement (including without limitation any call-off agreement thereunder). The SPV may be a newly established company which did not exist when the Competition commenced.
1.4.3 A Framework Agreement (including without limitation any call-off agreement thereunder) may contain further provisions related to transfer of rights and obligations, and the Contracting Entity may in the Invitation to Negotiate state that tenderers are allowed to submit deviations to those provisions during the Competition.
2️⃣
Description of the procurement:
“This Lot B is for services relating to environmental impact assessment reports (EIAR) for wind farms and related grid routes and turbine delivery routes in...”
Description of the procurement
This Lot B is for services relating to environmental impact assessment reports (EIAR) for wind farms and related grid routes and turbine delivery routes in the Republic of Ireland. The services required can include preparation, project management and submission of a fully compliant EIAR, planning application and supporting documents to the relevant consenting authority. The services can further include coordinating the development design and planning application, along with managing external consultants who contribute to various chapters within the EIAR. A variety of surveys are included in the scope of an EIAR tender such as noise, shadow flicker, landscape and visual, archaeology, hydrology etc. Grid services can also be required, with substation design and grid route assessments to be completed
Show more Title
Lot Identification Number: LOT-0002
3️⃣
Description of the procurement:
“This Lot C is for ecology and ornithology surveys for early-stage greenfield assessments along with Natura Impact Statement (NIS), Biodiversity, Aquatic...”
Description of the procurement
This Lot C is for ecology and ornithology surveys for early-stage greenfield assessments along with Natura Impact Statement (NIS), Biodiversity, Aquatic Ecology and Ornithology chapter write-ups for environmental impact assessment reports (EIAR) for onshore wind projects in the Republic of Ireland. Surveys may include breeding and wintering bird surveys, habitat surveys, mammal surveys, bat surveys and aquatic surveys. These surveys are used to inform ecological impact assessments (EcIA), to form part of EIARs to be submitted to the planning authority as part of planning applications. Surveys will determine baseline conditions at the proposed site, prior to any development taking place. The surveys take place over a period of 24 months.
Show more Title
Lot Identification Number: LOT-0003
4️⃣
Description of the procurement:
“This Lot D is for the ecology and planning services that are required to be carried out to inform the location and appropriate design of solar projects and...”
Description of the procurement
This Lot D is for the ecology and planning services that are required to be carried out to inform the location and appropriate design of solar projects and associated grid routes in the Republic of Ireland, as well as the compilation and submission of associated planning applications. Required surveys and reports would include (without limitation) ecology surveys, flood risk, glint and glare, landscape and visual, and archaeology
Show more Title
Lot Identification Number: LOT-0004
5️⃣
Description of the procurement:
“This Lot E is for the ecology and planning services that are required to be carried out to inform the location and appropriate design of battery energy...”
Description of the procurement
This Lot E is for the ecology and planning services that are required to be carried out to inform the location and appropriate design of battery energy storage projects and associated grid routes in the Republic of Ireland, as well as the compilation and submission of associated planning applications. Required surveys and reports would include (without limitation) ecology surveys, noise surveys and environmental reports.
Show more Title
Lot Identification Number: LOT-0005
Procedure Type of procedure
Negotiated procedure with prior call for competition ✅ Administrative information
Time limit for receipt of tenders or requests to participate: 2024-07-08 12:00:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️ Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator ✅
Legal, economic, financial and technical information Conditions for participation
List and brief description of rules and criteria:
“See procurement documents”
Deposits and guarantees required:
“To be agreed with the successful tenderer”
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“To be agreed with successful tenderer” Conditions related to the contract
Contract performance conditions:
“To be agreed with the successful tenderers”
“Orsted Onshore Ireland Midco Limited, reserves the right to award the framework agreements based on the original tenders received, without recourse to...”
Orsted Onshore Ireland Midco Limited, reserves the right to award the framework agreements based on the original tenders received, without recourse to negotiation.
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 3582621
(1) Interested parties must associate their organisation with this competition on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission.
(2) When finalising your submission please upload your final response as a zip file as individual documents will lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not imply you have successfully submitted your response.
(3) There is a maximum upload limit of 250mb per file / 500mb per submission.
(4) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline.
(5) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours).
(6) Applications submitted by any other means (including but not limited to email or post or hand delivery) will not be accepted.
(7) 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.
(8) All queries regarding this process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response
(9) The estimated value for the framework published is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement.
(10) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities.
(11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
(12) Where applicable, 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.
(13) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Show more Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie📧
Phone: +353 1 8886000📞
Source: OJS 2024/S 111-342385 (2024-06-06)
Contract notice (2024-06-27) Object Scope of the procurement
Estimated value excluding VAT: 100 500 000 EUR 💰
Changes New value
Text:
“Please be advised the deadlines have changed as follows:
- Deadline for submissions of clarification requests 15/07/2024 12noon (Irish Time)
- Deadline...”
Text
Please be advised the deadlines have changed as follows:
- Deadline for submissions of clarification requests 15/07/2024 12noon (Irish Time)
- Deadline for submissions of completed questionnaires 22/07/2024 12noon (Irish Time)
Show more
Source: OJS 2024/S 125-383770 (2024-06-27)