Section one: Contracting authority
one.1) Name and addresses
SSE PLC
Inveralmond House,200 Dunkeld Road
PERTH
PH1 3AQ
Contact
Stuart Skipsey
Telephone
+44 7384454029
Country
United Kingdom
Region code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Utility Company
one.5) Main activity
Other activity
Energy
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Onshore Wind Turbine Support Services
Reference number
1498
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The requirement has been divided into several Lots that include the following: The provision of Turbine Technicians to provide support services for the maintenance of Onshore Windfarms in Northern Ireland and the RoI. The services will include the provision of Technicians to support Scheduled Service (LOT A), Post service snagging, fault finding and project work, including turbine technicians experienced in Major Component works (LOT B) such as (Blades, Blade Bearings, Rotor Hubs, Main Bearings, Gearboxes, Main Shafts, Generators, Towers, Yaw Bearings/Rings). This will also involve the supply of specialist tooling required to complete major component works (Rental or sale) (LOT C).
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Supply of technicians
Lot No
A
two.2.2) Additional CPV code(s)
- 31121320 - Wind turbines
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKM - Scotland
- UKN - Northern Ireland
- IE - Ireland
Main site or place of performance
Wind Farms are located in Northern Ireland, ROI, Scotland and England, these Regions will also be separated by Lot in the Tender
two.2.4) Description of the procurement
Supply of technicians for Scheduled Service, Post service snagging, fault finding and project work, the successful Contractor/s provide all personnel and standard tooling required to complete the works or services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A further 2 x 1 year Option year extensions are proposed subject to satisfactory performance
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Major Component Support
Lot No
B
two.2.2) Additional CPV code(s)
- 31121320 - Wind turbines
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 51110000 - Installation services of electrical equipment
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
- UKM - Scotland
- UKN - Northern Ireland
- IE - Ireland
Main site or place of performance
Wind Farms are located in Northern Ireland, ROI, Scotland and England, these Regions will also be separated by Lot in the Tender
two.2.4) Description of the procurement
Major Component Support (include, but are not limited to Blades, Blade Bearings, Rotor Hubs, Main Bearings, Gearboxes, Main Shafts, Generators, Towers, Yaw Bearings/Rings.
the successful Contractor/s provide turbine technicians experienced in Major Component works in order to manage and complete a major component exchange, with support from additional resources such as SSE service team, OEM and/or crane hire companies.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A further 2 x 1 year option year extensions are proposed subject to satisfactory performance
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Supply of specialist tooling
Lot No
C
two.2.2) Additional CPV code(s)
- 31121320 - Wind turbines
- 35820000 - Support equipment
- 42611000 - Special-purpose machine tools
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
- UKM - Scotland
- UKN - Northern Ireland
- IE - Ireland
Main site or place of performance
Wind Farms are located in Northern Ireland, ROI, Scotland and England, these Regions will also be separated by Lot in the Tender
two.2.4) Description of the procurement
Supply of specialist tooling required to complete major component works (Rental or sale)
Provision specialist tooling to assist in the delivery of major component works on their fleet of owned and managed wind turbines, this includes equipment such as, but not limited to; Rotor Supports (Elephant's foot), Blade cradles, Self-erecting cranes, Blade lifting jig's, Main shaft fixtures/clamp, Blade lifting Yoke, Rotor lifting Yoke, Gearbox lifting rigging kits etc.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
A further 2 x 1 year option year extensions are proposed subject to satisfactory performance
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
For Lots A and B a Prequalification stage is required where participants experience shall be evaluated and determined. For both Lots A and B Compliance or willingness to achieve compliance with the Wind Turbine Safety Rules version 4.(WTSRs) will be a requirement. For Lot B participants are required to demonstrate their Principal Contractor's capabilities with respect to Great Britain CDM Regulations, and/or PSCS's capabilities with respect to Irish Construction Regulations.
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
Competitive procedure with negotiation
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: 12
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
15 June 2022
Local time
8:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 July 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom