Back to tenders & grants page
Ireland-Kildare: Electrical engineering installation works Electronics & Electrical Ireland-Kildare: Electrical engineering installation works
Receive Tenders like this by email

Ireland-Kildare: Electrical engineering installation works

Ireland-Kildare: Electrical engineering installation works has been closed on 12 Oct 2021. It no longer accepts any bids. For further information, you can contact the Bord Na Mona (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Bord Na Mona (N/A)

Industry:

Electronics & Electrical

Status:

Closed

Timeline

Published:

15 Nov 2021

Deadline:

12 Oct 2021

Value:

Not available

Contacts

Name:

Elaine Murphy

Phone:

+353 45439000

+353 18886000

Description

http://ted.europa.eu/udl?uri=TED:NOTICE:583670-2021:TEXT:EN:HTML&src=0&tabId=2

Contract notice – utilities

Works

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Bord Na Mona
National registration number: N/A
Postal address: Main Street
Town: Co.Kildare
NUTS code: IE Éire / Ireland
Postal code: Newbridge
Country: Ireland
Contact person: Elaine Murphy
E-mail: [email protected]
Telephone: +353 45439000
Internet address(es):
Main address: http://www.bordnamona.ie
Address of the buyer profile: https://irl.eu-supply.com/ctm/Company/CompanyInformation/Index/1177
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=201728&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=201728&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Other activity: Wind Farm Development

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Selection of Supplier for Electrical Balance of Plant Services for Derrinlough Wind Farm

Reference number: EM 11/21
II.1.2)Main CPV code
45315100 Electrical engineering installation works
II.1.3)Type of contract
Works
II.1.4)Short description:

The contracting entity intends to procure design and build services for the Derrinlough Wind Farm grid connection works and selection of supplier for Electrical Balance of Plant Services for Derrinlough Wind Farm.

II.1.5)Estimated total value
Value excluding VAT: 13 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
45317300 Electrical installation work of electrical distribution apparatus
51110000 Installation services of electrical equipment
71314100 Electrical services
71323100 Electrical power systems design services
II.2.3)Place of performance
NUTS code: IE Éire / Ireland
II.2.4)Description of the procurement:

Expressions of interest are invited from suitably qualified Applicants interested in being considered as Supplier for Electrical Balance of Plant Services for Derrinlough Wind Farm. It is envisaged that up to five (5) highest-ranked suitably qualified Applicants (provided sufficient Applicants are considered suitable) will be shortlisted to proceed to the tender stage of the competition. If there is more than one Applicant ranked at fifth place, the Company at its discretion may invite all the fifth placed Applicants to tender. The Company however reserves the right (but has no obligation) to short-list and invite more or less than five of the highest-scored Applicants based on the final scoring. Please see Information Memorandum and Pre-Qualification Questionnaire attached to this notice for further information on the scope and tender process.

The scope of works for the proposed contract shall include design, procurement, construction, testing, and commissioning pertaining to the grid connection works as outlined in the below list. It should be noted the below list is non-exhaustive and detailed scope of work will be issued at tender stage.

• Civil works for 110 kV contestable substation and IPP MV substation

• Civil works for the connection arrangement to the transmission system

• Supply and Installation of outdoor Air Insulated Switchgear (AIS), grid transformer, control and protection panels, MV switchboard and any other ancillary electrical as specified at tender stage

• Mechanical and electrical services

• Testing and commissioning

• Power system studies

• Fulfilling the role of Project Supervisor Construction Stage (PSCS) under Irish Statutory Instruments S.I 291/2013 for all or part duration of the works

• 110 kV overhead line works

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 13 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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:

Please see Information Memorandum

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:

Please see Information Memorandum

III.1.6)Deposits and guarantees required:

Please see Information Memorandum

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Please see Information Memorandum

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Please see Information Memorandum

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please see Information Memorandum

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.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 10/12/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. 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 Company will not accept responsibility for information relayed (or not relayed) via third parties.

2) This is the sole call for competition for this service.

3) The Company will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.

4) Contract award will be subject to the approval of the competent authorities.

5) It will be a condition of award that Applicants are tax compliant and are in a position to produce a valid tax clearance certificate or eTax Clearance from the Revenue Commissioners when requested.

6) If for any reason it is not possible to award the contract one or more of the Tenderers invited following the conclusion of this competitive process, the Company reserves the right to award the contract to the next ranked Tenderer as appropriate.

7) At its absolute discretion, the Company may elect to terminate this procurement process or any contract awarded.

8) 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.

9) Without prejudice to the principle of equal treatment, the Company is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, Applicants are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The High Court
Postal address: Four Courts
Town: Dublin
Postal code: 7
Country: Ireland
Telephone: +353 18886000
Internet address: http://www.courts.ie/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

The Company will not conclude this contract to which a standstill period applies in accordance with Council Directive 2014/25/EU, until after the expiry of the standstill period which commences on the day following the date of notification on concerned Applicants and Tenderers. The duration of the standstill period will be 14 calendar days where notifications are sent electronically. Statutory Instrument No 131/2010 provides that review procedures are available in the High Court to a person who has or has had an interest in obtaining the reviewable public 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 this contract.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Central office of the High Courts (Appeal Section)
Postal address: Ground Floor, East Wing, Inns Quay
Town: Dublin
Postal code: 7
Country: Ireland
Telephone: +353 18886000
Internet address: http://www.courts.ie/
VI.5)Date of dispatch of this notice:
10/11/2021

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more