23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 214-445605
Offentliggjort
08.11.2017
Udbudstype
Udbud efter forhandling

Udbyder

Energinet

Vindere

Viking Link UXO Client Representative Services

(06.04.2018)
Metoc Ltd trading as Intertek Energy and Water Consultancy Services
Exchange House, Station Road, Liphook
GU30 7DW Hampshire

Viking Link UXO Client Representative Services


Energinet

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Helle Barløse
Telephone: +45 70102244
E-mail: procurement@energinet.dk
NUTS code: DK

Internet address(es):

Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008

I.1) Name and addresses
National Grid Interconnector Holdings Limited
8169384
1 - 3 Strand
London
WC2N 5EH
United Kingdom
Contact person: Leon Pryce
Telephone: +44 7970475470
E-mail: Leon.Pryce@nationalgrid.com
NUTS code: UK

Internet address(es):

Main address: http://www2.nationalgrid.com

I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

Utilities Contract Regulations 2016, England and Wales.

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=197414&B=ENERGINET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=197414&B=ENERGINET
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:

Viking Link UXO Client Representative Services.

Reference number: 17/03352
II.1.2) Main CPV code
76520000
II.1.3) Type of contract
Services
II.1.4) Short description:

The tendered assignment includes the provision of client representative services in relation to UXO risk mitigation activities with scheduled duration from March 2018 and to June 2019. The UXO risk mitigation activities include UXO survey, Inspection of possibly buried targets (ROV and sub-sea excavation) and possibly removal of verified UXO items. The tendered assignment shall be provided to the project Viking Link developed jointly between Energinet (Denmark) and National Grid (United Kingdom).

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)
76520000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Southern region of the North Sea between the East coast of United Kingdom, Dutch sector and the West coast of Denmark.

II.2.4) Description of the procurement:

The tendered assignment includes the provision of client representative services in relation to UXO risk mitigation activities with scheduled duration from March 2018 and to June 2019. The UXO risk mitigation activities include UXO survey, Inspection of possibly buried targets (ROV and sub-sea excavation) and possibly removal of verified UXO items.

The tendered assignment shall be provided to the project Viking Link developed jointly between Energinet (Denmark) and National Grid (United Kingdom).

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
Duration in months: 28
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: 4
Objective criteria for choosing the limited number of candidates:

The Client will pre-qualify the 4 Applicants who are evaluated as most qualified for the specific tender. Only these Applicants will be invited to submit a tender. The selection of the applicants will be based on the Scoring Criteria identified in the Pre-qualification Questionnaire Section 2.1 PQQ Scoring Overview.

II.2.10) Information about variants
Variants will be accepted: no
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: yes
Identification of the project: VIKING LINK project.
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
List and brief description of selection criteria:

As described in the Pre-Qualification Questionnaire.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

As described in the Pre-Qualification Questionnaire.

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

The application must be submitted through EU-Supply, cf. link in section I.1) in this TED announcement. Applications not submitted via EU-supply or received after the deadline will not be accepted.

The Client reserves the right to obtain supplementary information from the applicant.

Energinet.dk has joined Global Compact and is using the 10 principles as a platform for working with CSR and our Code of Conduct. Contractors are expected to act in accordance with Energinet.dk's Code of Conduct and CSR profile visible at our homepage: www.energinet.dk

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

The information is stated in the tender material.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The information is stated in the tender material.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The information is stated in the tender material.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

The information is stated in the tender material.

III.2.3) Information about staff responsible for the performance of 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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: yes
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: 21/11/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Duration in months: 6 (from the date stated for receipt of tender)
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 invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

The Clients reserve the right to withdraw this notice at any time for whatever reason.

Tenderers shall be fully responsible for the costs of responding to this procurement at all stages of the procurement and in no circumstances do the Clients accept any liability for any costs incurred by any Tenderers, howsoever or when so ever incurred.

VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
Queen's Bench Division Divisional Court, Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom

Internet address:http://hmcourts-service.gov.uk

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
High Court of Justice
Queen's Bench Division Divisional Court, Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom

Internet address:http://hmcourts-service.gov.uk

VI.5) Date of dispatch of this notice:
06/11/2017

Send til en kollega

0.047