Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

UK Onshore Topographic, Geophysical, Geotechnical and Soil Contamination Survey for Converter Statio

  • First published: 31 July 2019
  • Last modified: 31 July 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
GridLink Interconnector Ltd
Authority ID:
AA59618
Publication date:
31 July 2019
Deadline date:
09 September 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Topographic, geophysical, geotechnical and soil contamination survey of:

(a) 4,3 ha converter station site; and

(b) 1,4 km x 20-55 m wide underground HVAC cable corridor with total survey area of 4;3 ha. The overall survey area is 8,6 ha.

The survey comprises:

— topographic survey,

— buried utilities investigation,

— geophysical survey,

— geotechnical survey, including location-specific UXO surveys prior to any excavations,

— in-situ and field testing,

— geotechnical sampling,

— soil contamination sampling,

— tank base concrete coring.

The non-intrusive surveys comprise GPS RTK and/or conventional land survey methods, drone aerial mapping techniques, seismic refraction (30 m target penetration), Ground Penetrating Radar (GPR), electrical resistivity measurements and thermal resistivity measurements.

The intrusive surveys comprise 10 boreholes (30 m depth), 14 trial pits (3 m depth), 14 dynamic probes (10 m/30 m depth), 6 slit trenches (2,5 m depth) and 24 concrete cores (3 m depth).

Disturbed and undisturbed samples will be collected from boreholes and trial pits for laboratory testing for a range of geotechnical parameters and soil contaminants.

Full notice text

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: David Barber

Telephone: +44 7767872307

E-mail: dbarber@elan-energy.com

NUTS: UKI4

Internet address(es)

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

I.3) Communication

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

https://app.box.com/s/t57yeif9v3lkoqh6d6944ddydgyukc5a


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.dropbox.com/request/JsucBPUAwH8Y0LzeRGqW


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

UK Onshore Topographic, Geophysical, Geotechnical and Soil Contamination Survey for Converter Station Site and Underground HVAC Cable Route

Reference number: ITT-UKSURV-001

II.1.2) Main CPV code

71351000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Topographic, geophysical, geotechnical and soil contamination survey of a converter station site and underground HVAC cable route for a new 1,400 MW electricity interconnector project at Kingsnorth, Isle of Grain in Kent. The survey comprises non-intrusive survey techniques, boreholes, trial pits, dynamic probes, slit trenches and concrete coring to determine the underlying geological profile, mechanical properties and other relevant parameters of the geologic materials present on the converter station site and cable route to inform the design, construction and installation of the project.

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


Main site or place of performance:

Former coal-fired power station site at Kingsnorth industrial area, Isle of Grain, Kent.

II.2.4) Description of the procurement

Topographic, geophysical, geotechnical and soil contamination survey of:

(a) 4,3 ha converter station site; and

(b) 1,4 km x 20-55 m wide underground HVAC cable corridor with total survey area of 4;3 ha. The overall survey area is 8,6 ha.

The survey comprises:

— topographic survey,

— buried utilities investigation,

— geophysical survey,

— geotechnical survey, including location-specific UXO surveys prior to any excavations,

— in-situ and field testing,

— geotechnical sampling,

— soil contamination sampling,

— tank base concrete coring.

The non-intrusive surveys comprise GPS RTK and/or conventional land survey methods, drone aerial mapping techniques, seismic refraction (30 m target penetration), Ground Penetrating Radar (GPR), electrical resistivity measurements and thermal resistivity measurements.

The intrusive surveys comprise 10 boreholes (30 m depth), 14 trial pits (3 m depth), 14 dynamic probes (10 m/30 m depth), 6 slit trenches (2,5 m depth) and 24 concrete cores (3 m depth).

Disturbed and undisturbed samples will be collected from boreholes and trial pits for laboratory testing for a range of geotechnical parameters and soil contaminants.

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: 15/10/2019

End: 31/12/2019

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.1.2) 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.2) Conditions related to the contract

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

Open procedure

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: 09/09/2019

Local time: 23:59

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 10/09/2019

Local time: 09:00

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.4) Procedures for review

VI.4.1) Review body

To be determined

To be determined

To be determined

UK

VI.4.2) Body responsible for mediation procedures

To be determined

To be determined

To be determined

UK

VI.5) Date of dispatch of this notice

26/07/2019

Coding

Commodity categories

ID Title Parent category
71351000 Geological, geophysical and other scientific prospecting services Engineering-related scientific and technical services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
dbarber@elan-energy.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.