Ireland-Dublin: Environmental engineering consultancy services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title Ireland-Dublin: Environmental engineering consultancy services
OJEU (High Value) 324864-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-06 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Restricted procedure

Description :
CONTRACT NOTICE



Section I: Contracting authority

I.1) Name and addresses:
Official name: Codling Wind Park Ltd
National registration number: National registration number: 358470
Postal address: c/o Cooney Carey Consulting Ltd, The Courtyard, Carmanhall Road, Sandyford
Town: Dublin
Postal code: D18 YD27
Country: IE
Contact person: Bryan Granger
E-mail: bryan.granger@codlingwindpark.ie
NUTS code: IE061
Main address: https://codlingwindpark.ie/
Address of the buyer profile (URL): https://pha.edf.com/

Communication
I.3) Procurement documents
(URL):https://pha.edf.com/

Additional Information
I.3.4) Additional information can be obtained from:
I.3.8) to the above mentioned address


Section II: Object of Contract


Title:
Consent Management and Environmental Impact Assessment (EIA) Services Agreement


II.1.4) Short description
Provision of consenting management and environmental impact assessment consultancy services for Codling Wind Park, Offshore Wind Project.


Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: IE061
II.1.4) Short description
Provision of all consenting management and environmental impact assessment consultancy services for Codling Wind Park Offshore Wind Project. Including planning, licensing for both offshore and onshore activities/requirements to achieve all necessary consents and planning related activities up to financial close.

II.2.5) Award criteria:

II.02.07) Duration in months 60
II.2.7.5) This contract is subject to renewal: no
II.2.9.2) Minimum number of candidates: 4
II.2.9.3) Maximum number of candidates: 5
II.2.9,4) Objective criteria for choosing the limited number of candidates:
The criteria for choosing candidates is contained within the supplier selection questionnaire document.

The candidates will be assessed based on their responses.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Section III: Legal, economic, financial and technical information

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.01-06_01) Deposits and guarantees required:
Guarantees may be requested. Where this is the case, full details will be given within the tender documents.

III.01-07_01) Main financing conditions and payement arrangements and/or reference to the relevant provisions governing them:
Payment within 30 days from receipt of approved invoice.

III.01-08_01) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A contracting entity may require groups of economic operators to assume a specific legal form once they have been awarded the contract, to the extent that such a change is necessary for the satisfactory performance of the contract. If groups of economic operators want to be candidate, the documents listed from III.1.1) to III.1.3) have to be provided by each member of the group.


Section IV: Procedure

IV.1.1) Type of procedure: Restricted
IV.1.1) Type of procedure: Restricted procedure

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-06
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-08-12


IV.2.6) Duration in months (from the date stated for receipt of tender): 3

Section V: Complementary information



Review body:
Official name: Tribunal Central Office of the High Court
Postal address: Four Courts Ground Floor (East Wing) Inns Quay
Town: Dublin 7
Country: IE
Telephone: +353 18886000/6863/6504
E-mail: HighCourtCentralOffice@courts.ie
Fax: +353 18886125
VI.4.3) Precise information on deadline(s) for review procedures
According to Utility Remedies Regulation 2010 of the Irish State, any economic operator can take legal action through:

— pre-contractual proceedings: until the contract signature;

— contractual proceedings: until 1 month after the contract award notice is published or 6 months after the conclusion of the relevant contract.


VI.04.04) Service from which information about the review
Official name: Tribunal Central Office of the High Court
Postal address: Four Courts Ground Floor (East Wing) Inns Quay
Town: Dublin 7
Country: IE
Telephone: +353 18886000/6863/6504
E-mail: HighCourtCentralOffice@courts.ie
Fax: +353 18886125

Section VI

Date of dispatch of this notice : 2020-07-06

CPV Codes
71313000; Environmental engineering consultancy services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.