Supply and Support Intra-Array Cable System
Support for the qualification of a 66kV intra-array cable system.
UK-London: Research and development services and related consultancy services
2013/S 098-167633
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Carbon Trust
4th Floor, Dorset House, 27-45 Stamford Street
Contact point(s): Please include “OWA 66kV Cable System Competition” in the subject field of all emails
SE1 9NT London
UNITED KINGDOM
Telephone: +44 2078324548
E-mail: owa@carbontrust.com
Internet address(es):
General address of the contracting authority: www.carbontrust.com
Further information can be obtained from: The Carbon Trust
4th Floor Dorset House 27-45 Stamford Street
SE1 9NT London
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Carbon Trust
4th Floor Dorset House 27-45 Stamford Street
SE1 9NT London
UNITED KINGDOM
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UK
The OWA members (or developers) are DONG Energy, E.ON, Mainstream Renewable Power, RWE Innogy, ScottishPower Renewables, SSE Renewables, Statkraft, Statoil and Vattenfall. The OWA developers, representing 77 % (36GW) of the UK’s licenced capacity, believe that 66 kV is the optimal intra-array voltage for future offshore wind farms. They would like to use 66 kV in commercial projects as soon as possible – preferably before 2015.
To make this happen, developers will need to procure 66 kV transformers, switchgear and cables. Transformers, switchgear and dry-type 66 kV cables are available on the market today. However, the developers would like to use 66 kV cables that are cost competitive with 33kV cables, such as 66kV wet-type cables. Cable suppliers are currently designing and qualifying 66kV cables. The OWA would like to promote and accelerate these activities to ensure that the OWA developers have a good understanding of the market as they start procurement for commercial projects.
The OWA is therefore launching a 66kV Cable Qualification Competition to reward cable suppliers designing and qualifying 66kV cables. The intention is for funding of up to 300k GBP to be awarded to at least two cable suppliers, based on the lifecycle cost of the cable design and the time to complete qualification of the cable. The OWA developers will use the information from the 66 kV cable qualification competition to inform cable procurement for future 66kV wind farms. The successful Bidders will have the opportunity to work together with the members of the OWA and will be able to offer a product which has received positive recognition from those developers.
73000000, 44210000, 44110000, 76000000
Estimated value excluding VAT:
Range: between 1 and 300 000 GBP
Section III: Legal, economic, financial and technical information
2. Has your organisation met all its obligations to pay its creditors and staff during the past year? If no, explain why not?
3. Does any of the following apply to your organisation, or to (any of) the director(s)/partners/proprietor(s).
(a) Is in a state of bankruptcy, insolvency, compulsory winding up, receivership, composition with creditors, or subject to relevant proceedings?
(b) Has been convicted of a criminal offence related to business or professional conduct?
(c) Has committed an act of grave misconduct in the course of business?
(d) Has not fulfilled obligations related to payment of taxes?
(e) Is guilty of serious misrepresentation in supplying information?
(f) Is not in possession of relevant licences or membership of an appropriate organisation where required by law?
4. Supply details of company standing (annual accounts and turnovers for the last 3 years in the area of business most relevant to the work under consideration, number of staff, length of time trading).
5. Provide copies of any public liability, employer’s liability and insurance certificates.
Minimum level(s) of standards possibly required: Evidence that the service provider is in a satisfactory financial position to deliver the required services.
1. Have you had any contracts terminated for poor performance in the last 3 years, or any contracts where damages have been claimed by the other contracting party? If yes, please provide details.
2. Details and/or certificate(s) attesting the company or companies’ conformity with quality assurance standards and any other standards relevant to the services.
3. Indication of whether any proportion of the contract would be sub-contracted to another organisation and if so the proportion of the contract that would be sub-contracted.
4. Detail staff turnover rates.
Minimum level(s) of standards possibly required:
Demonstrate the capacity to perform the services required.
The Bidder should demonstrate sufficient aptitude to deliver the services.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Price; See Section VI.3 for addtional information about the nature of the Price criteria. Weighting 25
2. Compatibility; See Section VI.3 for addtional information about the nature of the Compatibility criteria. Weighting 15
3. Electrical; See Section VI.3 for addtional information about the nature of the Electrical criteria. Weighting 5
4. Mechanical; See Section VI.3 for addtional information about the nature of the Mechanical criteria. Weighting 10
5. Production Capacity; See Section VI.3 for addtional information about the nature of the Production Capacity criteria. Weighting 5
6. Design Qualification; See Section VI.3 for addtional information about the nature of the Design Qualification criteria. Weighting 20
7. Time To Market; See Section VI.3 for addtional information about the nature of the Time To Market criteria. Weighting 10
8. Repair Time; See Section VI.3 for addtional information about the nature of the Repair Time criteria. Weighting 10
9. “Others”; See Section VI.3 for addtional information about the nature of the “Others” criteria. Weighting 1
Section VI: Complementary information
Price:
Future 66 kV intra array Cable Systems should be cost competitive with current 33 kV systems. Therefore, a high portion of the Bidder score will be based on the affordability of the proposed Cable. The Bidder shall indicate an indicative proposed price [GBP/metre] for the Cable System based on the parameters shown at Annex A.
Electrical:
The values of the following electrical characteristics will form a basis of the Bidder scoring:
— MF field;
— Losses (DC and AC resistance).
— Cable ampacity for the conditions:
– Direct buried;
– In Air;
– below sea level in sea bed (soil thermal conductivity 0.7 k*m/W, sea water temperature 15 degrees Celsius, 1 m below surface seabed).
Mechanical:
The values of the following mechanical characteristics will form a basis of the Bidder scoring:
— Cable design;
— Conductor design (e.g. Milliken, stranded round conductor, profile wire conductor (hollow or filled) or solid (round, oval, hollow). Components that negatively influence the cable by moving relative to each other design may be marked down;
— Cable design materials (including purity classes);
— Coiling method allowed;
— Bending radius (minimum);
— Outer Sheath material of the cable e.g. PVC will be a disadvantage – preferably HDPE with use of state-of-the-art practise having a minimum thickness of 5mm. Alternatives may be provided, if any.
Design Parameters:
Bidders will be expected to describe the design of the cable including a description of the material used, its properties and dimensions of the cable cross section. As supporting documents dimensioned drawings shall be provided to describe the mechanical properties of the cables.
Production capacity:
Production capacity in excess of the minimum capacity which has been defined as a Minimum Criteria will be a basis for scoring. This may be existing production capacity available to the Bidder. However the Bidder may also present evidence that it will have access to future production capacity. The following items will be assessed:
– Maximum continuous cable length without the use of factory joints (by which is meant a continuous un-jointed cable core);
– Maximum continues cable length with the use of factory joints;
– Cable repair joints (third party supplier is allowed);
– Cable accessories.
Design Qualification:
Bidders shall provide detailed information on how they will qualify the design and the manufacturing of the Cable System against the conditions of the intended application (e.g. conductor and isolation materials, carrying and storage components for the cable, production process, etc.). The Bidder may want to consider also ageing methodology test information (prequalification tests). The bidder shall submit a development-, test- and inspection plan and schedule and a breakdown of the costs of the test procedures.
Time to market:
Bidders shall provide adequate information for the time needed to have the Cable System commercially available. Bidders will be more positively scored the earlier they are able to offer the 66 kV Cable System commercially before the latest date specified in the Minimum Criteria. The Bidder shall specify the timing of the test cable manufacturing, the commencement date for testing, and the expected test completion date.
Repair time:
Bidders shall provide adequate information about the cost and time it will take to repair the cable with a repair joint and the pre-conditions needed to meet this timeline. Timeline is defined as actual repair time starting from the moment the cable and needed accessories are on deck of the vessel until the time the Cable System is ready for re-employment. Cables which can be repaired more quickly will be more positively scored.
Compatibility:
Bidders shall provide adequate detail information to assess the compatibility of the new to be designed and build 66 kV Cable Systems with the current existing tools and materials used for the built wind farms or/and oil rigs. This should also include compatibility with a range of installation methods.
The compatibility information shall include as a minimum the current joints, terminals, terminations, vessel types and coiling methodology. Coiling methodology is likely to be any area of particular interest, as this will have a significant influence on the range of available installation vessels. If there is in some areas no compatibility, please explain why this is not a problem and which actions are taken to mitigate any risks in delay of a project with regards to this incompatibility. Proposed cables with a high degree of compatibility will be more positively scored.
The Bidders shall consider the suitability of the cables for use with conventional J-tubes, with J-tubeless cable entry systems, and free-hanging from the transition piece.
Others:
The Bidder may also explain any additional features which have not been considered within the other criteria. This criterion is not scored within the scoring matrix. It may however be used on a qualitative basis to compare competing Proposals in the event that they are scored equally.
The Carbon Trust reserves the right not to award a contract or to award part of a contract only.
Any values given for expenditure are indicative only.
The terms “include”, “includes”, “including” and the like where used in this contract notice shall be construed as if they were followed by the words “but is not limited to”.
The costs of participating in the procurement process are the responsibility of bidders.
You are further advised that the entire Carbon Trust and all of its Group companies and subsidiaries may benefit
from any contract(s) that arise from this procurement. This currently includes, but may not be limited to in future group restructuring :
Carbon Trust:
Carbon Trust Enterprises Limited;
Carbon Trust Advisory Limited;
Carbon Trust Certification Limited;
Low Carbon Workplace Limited; and,
additional companies within the Carbon Trust Group, as may be notified by the Carbon Trust from time to time.
Further, you are advised that you may be required to contract directly with the relevant Group company as notified to you. All contract duties, liabilities and obligations will consequently be between you and the Carbon Trust or the relevant Group company”.
For further details about the Carbon Trust please see our website: http://www.carbontrust.com
The High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: http://www.hmcourts-service.co.uk
VI.5)Date of dispatch of this notice:20.5.2013