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: UKI12
Internet address(es)
Main address: http://www.iconinfrastructure.com/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://app.box.com/s/pgt19i14cb1iuvwpx71uvmk1k1ddq7fk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.dropbox.com/request/VmoLSGreGypjrR7WFM5F
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 EIA and development consents for electricity interconnector cable.
Reference number: PQQ-UKEIA-001
II.1.2) Main CPV code
71313440
II.1.3) Type of contract
Services
II.1.4) Short description
Preparation of UK Environmental Impact Assessment report and applications for development consents for the construction and operation of a new 1 400 MW, 525 kV electricity interconnector cable between Kingsnorth in UK and Dunkerque in France.
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:
Kingsnorth, Kent.
Medway estuary, Thames estuary, English channel to limit of UK Territorial Waters.
II.2.4) Description of the procurement
Preparation of UK Environmental Impact Assessment report and applications for development consents for the construction and operation of a new 1 400 MW, 525 kV electricity interconnector cable between Kingsnorth in UK and Dunkerque in France, including all environmental baseline studies, technical assessments, preparation of application forms and related documentation. The required development consents comprise: 1) Planning permission; 2) Marine license; 3) Permit for works in flood zone; 4) Land drainage consent; 5) River works license. The procurement also includes stakeholder engagement and support with competent authorities, statutory and non-statutory consultees and the general public.
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:
01/06/2017
End:
31/03/2019
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:
No
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
Negotiated with call for competition
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:
22/03/2017
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
03/04/2017
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
Tender must be valid until:
30/09/2017
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
UK
VI.5) Date of dispatch of this notice
27/02/2017