Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
GridLink Interconnector Ltd
10181689
35 St Helen's
London
EC3A 6AP
UK
Contact person: Carl Oakes
Telephone: +44 7341686144
E-mail: uk-gridlink.procurement@wsp.com
NUTS: UKI4
Internet address(es)
Main address: http://www.gridlinkinterconnector.com/
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.gridlinkinterconnector.com
Additional information can be obtained from another address:
WSP UK Ltd
01383511
No 8 First Street
Manchester
M15 4FU
UK
Contact person: Carl Oakes
Telephone: +44 7341686144
E-mail: uk-gridlink.procurement@wsp.com
NUTS: UKD33
Internet address(es)
Main address: www.gridlinkinterconnector.com
Tenders or requests to participate must be sent to the following address:
WSP UK Ltd
01383511
No 8 First Street
Manchester
M15 4FU
UK
Contact person: Carl Oakes
Telephone: +44 7341686144
E-mail: uk-gridlink.procurement@wsp.com
NUTS: UKD33
Internet address(es)
Main address: www.gridlinkinterconnector.com
I.6) Main activity
Electricity
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
GridLink Interconnector HVDC Converter Stations in UK and France
Reference number: ITT-EPC-CONV-001
II.1.2) Main CPV code
31000000
II.1.3) Type of contract
Works
II.1.4) Short description
The GridLink Interconnector comprises a nominal 1 400 MW high voltage, direct current (HVDC) electricity link between the UK and France. The overall project comprises 2 subsea HVDC cables and a fibre optic cable connecting to a symmetrical monopole, Voltage Source Converter (VSC) converter station located at Kingsnorth on the Isle of Grain, Kent in the UK and at Dunkerque, Nord Department, Nord-Pas-de-Calais Region in France. The converter stations are subsequently connected by underground High voltage, alternating current (HVAC) electricity cables to the National Grid Kingsnorth 400 kV sub-station in the UK and RTE Warande 400 kV sub-station in France. The scope of the procurement relates to the engineering, procurement and construction of the converter stations in UK and France, and approximately 1,5 km of underground HVAC cable in the UK.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ41
FRE11
Main site or place of performance:
UK: development site at former Kingsnorth coal-fired power station site in Kingsnorth industrial area.
France: development site in Zone des Grandes Industries near ville de Bourbourg, Dunkerque.
II.2.4) Description of the procurement
The scope of the procurement relates to the engineering, procurement and construction, including related site preparation works and foundations, manufacture, supply and installation of equipment, erection of buildings and installation of site services and ancillary facilities, for:
(a) one 1 400 MW, 525 kV symmetrical monopole, Voltage source converter (VSC) converter station at Kingsnorth in the UK;
(b) one 1 400 MW, 525 kV symmetrical monopole, Voltage source converter (VSC) converter station at Dunkerque in France; and
(c) approximately 1,5 km of underground 400 kV HVAC cable between the converter station and the National Grid's Kingsnorth 400 kV sub-station at Kingsnorth in the UK.
The scope of the contract requirements are:
— detailed design,
— engineering,
— procurement,
— manufacture,
— supply,
— transportation,
— installation,
— construction (including civil works),
— testing,
— commissioning,
— spares storage,
— operational spares during warranty period,
— interfaces with other suppliers,
— such other works, services and goods that may be necessary for the engineering, procurement and construction, and subsequent commissioning, commercial operation and maintenance of, the HVDC converter stations and underground HVAC cable in the UK,
— spares supply and replenishment (25 years duration),
— maintenance and repair services (10 years duration).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2021
End:
31/12/2024
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
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
List and brief description of conditions:
The conditions required will be stated in the pre-qualification questionnaire (PQQ).
GridLink Interconnector Ltd reserves the right to alter or amend the requirements specified in the PQQ.
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
The objective rules and criteria will be stated in the pre-qualification questionnaire (PQQ).
GridLink Interconnector Ltd reserves the right to alter or amend the rules and criteria specified in the PQQ.
III.1.6) Deposits and guarantees required:
The deposits and guarantees required will be stated in the pre-qualification questionnaire (PQQ).
GridLink Interconnector Ltd reserves the right to alter or amend the requirements specified in the PQQ.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The financing conditions and payment arrangements will be stated in the pre-qualification questionnaire (PQQ).
GridLink Interconnector Ltd reserves the right to alter or amend the conditions and arrangements specified in the PQQ.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Requirements for consortium or joint venture arrangements will be stated in the pre-qualification questionnaire (PQQ).
Applicants must provide full details of any proposed consortium or joint venture arrangements (including the legal form) and proposed contracting structures.
GridLink Interconnector Ltd reserves the right to require candidates in a consortium or joint venture to take joint and several liability.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The contract performance conditions will be stated in the pre-qualification questionnaire (PQQ).
GridLink Interconnector Ltd reserves the right to alter or amend the conditions specified in the PQQ.
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 with call for competition
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/08/2019
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
06/09/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Candidates wishing to participate in the tender should submit their company name, contact name and contact email address to uk-gridlink.procurement@wsp.com.
The named contact given by a Candidate wishing to participate will receive:
(a) 'Non-Disclosure Agreement' (NDA); and
(b) 'Expression of Interest' (EOI) form.
The NDA and EOI must be accepted and signed by the candidate and returned to uk-gridlink.procurement@wsp.com by 30.8.2019.
After the NDA and EOI forms have been received, the pre-qualification questionnaire (PQQ) and associated instructions will be issued to the candidate by 6.9.2019.
The candidate must return the completed PQQ by the specified time and date given in the PQQ instructions. It is anticipated that the Candidate will return the completed PQQ in October 2019.
The PQQ submissions will be evaluated in accordance with the selection criteria specified in the PQQ instructions to select a short-list of candidates to be invited to tender. It is anticipated that the invitation to tender will be issued to short-listed candidates in January 2020.
VI.4) Procedures for review
VI.4.1) Review body
To be determined
To be determined
UK
VI.5) Date of dispatch of this notice
09/08/2019