Tender

Onshore Wind Turbine Support Services

  • SSE PLC

F02: Contract notice

Notice identifier: 2022/S 000-012571

Procurement identifier (OCID): ocds-h6vhtk-0337b9

Published 16 May 2022, 9:29am



Section one: Contracting authority

one.1) Name and addresses

SSE PLC

Inveralmond House,200 Dunkeld Road

PERTH

PH1 3AQ

Contact

Stuart Skipsey

Email

stuart.skipsey@sse.com

Telephone

+44 7384454029

Country

United Kingdom

Region code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

https://www.sse.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sse.app.jaggaer.com/esop/toolkit/opportunity/current/list.si?reset=true&resetstored=true&_ncp=1652185995536.847772-1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sse.app.jaggaer.com

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