loading
  • GB-EC3A 6AP London
  • 13.03.2017
  • Ausschreibung
  • (ID 2-257007)

Offshore, nearshore and onshore surveys for electricity interconnector cable


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.03.2017, 23:59 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bodenmechanik, Erd-/ Grundbau / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-EC3A 6AP London
    TED Dokumenten-Nr. 67500-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Geological, geophysical and other scientific prospecting services

      2017/S 037-067500

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      GridLink Interconnector Ltd
      10181689
      35 St Helen's
      London
      EC3A 6AP
      United Kingdom
      Contact person: David Barber
      Telephone: +44 7767872307
      E-mail: MjE2VFJRYlJVYjBVXFFeHVVeVWJXaR5TX10=
      NUTS code: UKI12

      Internet address(es):

      Main address: http://www.iconinfrastructure.com/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://app.box.com/s/63fyey2i012knku0noj1j6n8f4c0fn8l
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.dropbox.com/request/5jBF2PxKe7A0jTyNkRza
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 22.02.2017
Zuletzt aktualisiert 22.02.2017
Wettbewerbs-ID 2-257007 Status Kostenpflichtig
Seitenaufrufe 43