Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Electricity
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Offshore, nearshore and onshore surveys for electricity interconnector cable.
Reference number: PQQ-OFF-001
II.1.2)Main CPV code
71351000
II.1.3)Type of contract
Services
II.1.4)Short description:
Offshore, nearshore and onshore geophysical, geological, geotechnical, hydrographic and environmental surveys for the route of a new 1 400 MW, 525 kV electricity interconnector cable between Kingsnorth in UK and Dunkerque in France.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKJ41
Main site or place of performance:
Kingsnorth, Kent, UK.
Medway estuary, Thames estuary and English Channel.
Grand Port Maritime de Dunkerque, Dunkerque Arrondissement, Nord Department, Nord-Pas-de-Calais Region.
II.2.4)Description of the procurement:
Offshore, nearshore and onshore geophysical, geological, geotechnical, hydrographic and environmental surveys including a range of survey techniques in deep water, shallow water and on land: 1) Geophysical; 2) Magnetometer and gradiometer; 3) Hydrographic; 4) Bathymetric; 5) Geotechnical, including field geotechnical testing and laboratory sample analysis; 6) Environmental, including surficial sampling; 7) Soil and sediment sampling and laboratory analysis; 8) Sampling location-specific local UXO detection.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2017
End: 31/12/2017
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Minimum requirements for consideration:
1. Candidate details and declarations;
2. Health and safety, environmental and labour legislative compliance;
3. Financial and economic standing;
4. Quality assurance system.
Objective scoring criteria for short-listing candidates:
a) Candidate personnel resources and capacity;
b) Candidate offshore vessels and equipment;
c) Candidate nearshore vessels and equipment;
d) General industry experience;
e) Reference project experience (3 projects).
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/03/2017
Local time: 23:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 31/03/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31/12/2017
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
To be determined
To be determined
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
20/02/2017