Opportunity

Celtic Sea Floating Offshore Wind Leasing Round 5 (“Round 5")

  • The Crown Estate

F24: Concession notice

Notice reference: 2024/S 000-006434

Published 28 February 2024, 4:44pm



Section one: Contracting authority/entity

one.1) Name and addresses

The Crown Estate

1 St James's Market

London

SW1Y 4AH

Email

round5@thecrownestate.co.uk

Telephone

+44 2078515000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.thecrownestate.co.uk/

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://etendering.thecrownestate.co.uk

Additional information can be obtained from the above-mentioned address

Applications or, where applicable, tenders must be submitted electronically via

https://etendering.thecrownestate.co.uk

Applications or, where applicable, tenders must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etendering.thecrownestate.co.uk

one.4) Type of the contracting authority

Other type

Public Corporation

one.5) Main activity

Other activity

Property management


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Celtic Sea Floating Offshore Wind Leasing Round 5 (“Round 5")

two.1.2) Main CPV code

  • 71500000 - Construction-related services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a services concession contract.

The contracts which The Crown Estate expects to enter into as a result of the Celtic Sea Floating Offshore Wind Leasing Round 5 (“Round 5") will grant new seabed rights to developers for the development of new floating wind farms within three project development areas, each of which has a maximum potential energy generation capacity of 1.5GW (meaning a combined maximum potential energy generation capacity of 4.5GW across all 3 project development areas).

These rights will be governed by three separate ‘agreements for lease’, which The Crown Estate intends to award to three different successful suppliers through a competitive tender process – one for each of the three project development areas. Holders of the agreements for lease will acquire the rights necessary to develop floating offshore wind farms in the relevant project development areas and will have the option to enter into leases with The Crown Estate for the construction and operation of these wind farms for the purposes of the generation, transmission and sale of electricity (or other forms of energy, where permitted), subject to the satisfaction of certain conditions detailed in the agreements for lease.

two.1.6) Information about lots

This concession is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 31121320 - Wind turbines
  • 31121340 - Wind farm
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45251160 - Wind-power installation works
  • 45262421 - Offshore mooring work
  • 45262422 - Subsea drilling work
  • 45262424 - Offshore-module fabrication work
  • 45315200 - Turbine works
  • 45315300 - Electricity supply installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Crown Estate, as managers of the seabed around England, Wales and Northern Ireland, wishes to award seabed rights to prospective suppliers and developers, which will allow such suppliers and developers to develop, build and operate floating offshore wind farms in the Celtic Sea for the purposes of generating, transmitting and selling electricity (or other forms of energy, where permitted), as part of Round 5.

The contracts which The Crown Estate expects to enter into as a result of Round 5 will grant new seabed rights to developers for the development of new floating wind farms within three project development areas, each of which has a maximum potential energy generation capacity of 1.5GW (meaning a combined maximum potential energy generation capacity of 4.5GW across all 3 project development areas).

These rights will be governed by three separate ‘agreements for lease’, which The Crown Estate intends to award to three different successful suppliers through a competitive tender process – one for each of the three project development areas. Holders of the agreements for lease will acquire the rights necessary to develop floating offshore wind farms in the relevant project development areas and will have the option to enter into leases with The Crown Estate for the construction and operation of these wind farms for the purposes of the generation, transmission and sale of electricity (or other forms of energy, where permitted), subject to the satisfaction of certain conditions detailed in the agreements for lease.

Further information is included in the information memorandum that was published by The Crown Estate in relation to Round 5 in December 2023, a copy of which can be found at:

https://www.thecrownestate.co.uk/our-business/marine/round-5-document-library.

The Crown Estate also published a prior Information Notice on 7 December 2023, (Notice reference 2023/S000-036033) and held a Bidders Day for Round 5 at the Swansea Arena, Wales on 31st January 2024. A recording of the event and the slides used, can be found at:

https://www.thecrownestate.co.uk/our-business/marine/round-5-bidders-day

The procurement process for Round 5 will comprise of a pre-qualification questionnaire stage, followed by an invitation to tender stage 1 and an invitation to tender stage 2.

A copy of the pre-qualification questionnaire is available to suppliers that have registered on The Crown Estate’s e tendering portal, via such portal, which is available at:

https://etendering.thecrownestate.co.uk

via the Links “Round 5 Registration and PQQ User Guide”.

The pre-qualification questionnaire includes a summary of the key requirements that will apply during the invitation to tender stage 1 and invitation to tender stage 2 stages.

two.2.5) Award criteria

Concession is awarded on the basis of the criteria stated in the procurement documents

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions, indication of information and documentation required

Suppliers are referred to the procurement documents for further information on The Crown Estate’s requirements on participation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the concession

three.2.2) Concession performance conditions

Full details of the performance conditions and other requirements to be satisfied by suppliers will be summarised in the pre-qualification questionnaire and the other procurement documents provided with the pre-qualification questionnaire.


Section four. Procedure

four.2) Administrative information

four.2.2) Time limit for submission of applications or receipt of tenders

Date

18 April 2024

Local time

11:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As stated above, this is a services concession contract.

Suppliers wishing to participate in the Round 5 procurement process must complete and submit a pre-qualification questionnaire response in accordance with the requirements set out in the pre-qualification questionnaire.

To obtain the pre-qualification questionnaire and other relevant documents, suppliers must first register on The Crown Estate’s e tendering portal, which is available at:

https://etendering.thecrownestate.co.uk

via the Links “Round 5 Registration and PQQ User Guide”.

Other relevant material which relates to Round 5 (including the information memorandum published by The Crown Estate in December 2023 and other information made available by The Crown Estate during a ‘Bidders Day held in Swansea in January 2023) is available at:

https://www.thecrownestate.co.uk/our-business/marine/round-5-document-library

The pre-qualification questionnaire includes a more detailed description of the procurement process intended to be followed (including estimated timelines) and the award criteria according to which the three successful suppliers will be identified.

The pre-qualification questionnaire also includes details on how suppliers can submit pre-qualification questionnaire responses, the deadline for submitting pre-qualification questionnaire responses, how clarification questions can be submitted to The Crown Estate via The Crown Estate’s e tendering portal and the deadline for submitting such clarification questions.

The Crown Estate reserves the right not to award the opportunity, or to award only part (or a different arrangement) of the opportunity, described in this concession notice.

Further information on this procurement process and indicative timings for the invitation to tender stages are set out in the pre-qualification questionnaire.

Potential suppliers will be invited via The Crown Estate’s e tendering portal to provide an early indication of whether or not they intend to submit a pre-qualification questionnaire response in advance of the deadline for providing a pre-qualification questionnaire response. Such early indications are intended to be for information purposes only and are not intended to be binding on those suppliers that provide them. The provision or non-provision of such indications will not be taken into account in the evaluation of the supplier’s pre-qualification questionnaire response.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Crown Estate will incorporate a minimum 10 calendar day standstill period when the reasons for its contract award decisions are communicated to potential suppliers. Proceedings must be lodged in the High Court in accordance with the procedures set out in the Concession Contracts Regulations 2016 (as amended).