Tender

Renewable Energy Framework - Wind

  • Associated British Ports

F05: Contract notice – utilities

Notice identifier: 2021/S 000-008957

Procurement identifier (OCID): ocds-h6vhtk-02aa6e

Published 27 April 2021, 7:15am



Section one: Contracting entity

one.1) Name and addresses

Associated British Ports

Port House, Northern Gateway

Hull

HU9 5PQ

Email

Karolina.Grzegorek@uk.rlb.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://in-tendhost.co.uk/abp/aspx/Tenders/Current

Buyer's address

https://in-tendhost.co.uk/abp/aspx/Tenders/Current

one.3) Communication

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

https://in-tendhost.co.uk/abp/aspx/Tenders/Current

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/abp/aspx/Tenders/Current

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Renewable Energy Framework - Wind

Reference number

GRP-FRA-21/009

two.1.2) Main CPV code

  • 71242000 - Project and design preparation, estimation of costs

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Contract is for Wind technology only. Two main stages of delivery to be catered under the framework: (1) Feasibility: the services to include, but will not be limited to, likelihood of planning consent, outline design considerations including grid connection informal discussions with DNO, location, scale, surveys, capex, opex, likely components (annual yield MWh (ac) outline delivery plan, re-validation of Development phase costs, potential tip height, hub height and machine size that balances commercial value with likelihood of planning consent, etc.; (2) Development: the services to include, but will not be limited to, many of the above and in more detail, planning consent, grid connection application, Design (in enough detail for others to price against), delivery plan, etc.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

ABP currently has 26 MW of operational onshore wind and solar generation as of Q1 2021, with installations in 17 of its 21 UK ports. By Q3 2021 the installed capacity is expected to be approximately 29 MW given construction projects already contracted. ABP’s objective is to significantly increase its renewable asset base over the next five years above this initial 29MW. In order to achieve this, ABP are seeking Developer Partners to assist with the development of the projects. ABP key objective in appointing Developer Partners is:(1) The selected Developer Partners to take projects through the feasibility, development stages, gaining planning consent and preparing the project for construction.(2) The selected Developer Partner will lead the development activity and will essentially be working for a fee; they will not hold any equity stakes in the projects or assets.Two main stages of delivery to be catered under the framework:(A) Feasibility: the services to include, but will not be limited to, likelihood of planning consent, outline design considerations including grid connection informal discussions with DNO, location, scale, surveys, capex, opex, likely components (annual yield MWh (ac) outline delivery plan, re-validation of Development phase costs, potential tip height, hub height and machine size that balances commercial value with likelihood of planning consent, etc.(B) Development: the services to include, but will not be limited to, many of the above and in more detail, planning consent, grid connection application, Design (in enough detail for others to price against), delivery plan, etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

In the case of framework agreements, provide justification for any duration exceeding 8 years:

Project Lifecycles from concept through to completion are anticipated to be longer than 4 years in some occasions.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 May 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

7 June 2021

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Associated British Ports

25 Bedford Street

London

WC2E 9ES

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Associated British Ports

25 Bedford Street

London

WC2E 9ES

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Associated British Ports

25 Bedford Street

Hull

WC2E 9ES

Country

United Kingdom