Tender for Geological and Geotechnical Surveys
Offshore, nearshore and onshore geophysical, geological, geotechnical, hydrographic and environmental surveys.
United Kingdom-London: Geological, geophysical and other scientific prospecting services
2017/S 037-067500
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
10181689
35 St Helen’s
London
EC3A 6AP
United Kingdom
Contact person: David Barber
Telephone: +44 7767872307
E-mail: dbarber@elan-energy.com
NUTS code: UKI12
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
Offshore, nearshore and onshore surveys for electricity interconnector cable.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Offshore, nearshore and onshore geophysical, geological, geotechnical, hydrographic and environmental surveys for the route 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
II.2.3)Place of performance
Kingsnorth, Kent, UK.
Medway estuary, Thames estuary and English Channel.
Grand Port Maritime de Dunkerque, Dunkerque Arrondissement, Nord Department, Nord-Pas-de-Calais Region.
II.2.4)Description of the procurement:
Offshore, nearshore and onshore geophysical, geological, geotechnical, hydrographic and environmental surveys including a range of survey techniques in deep water, shallow water and on land: 1) Geophysical; 2) Magnetometer and gradiometer; 3) Hydrographic; 4) Bathymetric; 5) Geotechnical, including field geotechnical testing and laboratory sample analysis; 6) Environmental, including surficial sampling; 7) Soil and sediment sampling and laboratory analysis; 8) Sampling location-specific local UXO detection.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Minimum requirements for consideration:
1. Candidate details and declarations;
2. Health and safety, environmental and labour legislative compliance;
3. Financial and economic standing;
4. Quality assurance system.
Objective scoring criteria for short-listing candidates:
a) Candidate personnel resources and capacity;
b) Candidate offshore vessels and equipment;
c) Candidate nearshore vessels and equipment;
d) General industry experience;
e) Reference project experience (3 projects).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
To be determined
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Ground Survey Framework – Welwyn Hatfield Borough Council
Geotechnical Certification Services for Transport Scotland
Ground Investigation Services in Worcestershire
Tender for Ground Investigation Services in Lancashire