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