Section one: Contracting entity
one.1) Name and addresses
NATIONAL GRID INTERCONNECTORS LIMITED
1-3 Strand
London
WC2N5EH
Contact
Amy Palmer
Telephone
+44 7790543121
Country
United Kingdom
Region code
UKI32 - Westminster
Companies House
03385525
Internet address(es)
Main address
one.1) Name and addresses
NATIONAL GRID IFA 2 LIMITED
1-3 Strand
London
WC2N 5EH
Contact
Amy Palmer
Telephone
+44 7790543121
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
09129992
Internet address(es)
Main address
one.1) Name and addresses
RTE Réseau de transport d'électricité
Immeuble Window - 7 place du Dome Puteaux, France,
La Defense
92056
Contact
Alexandre Bobinet
alexandre.bobinet@rte-france.com
Telephone
+33 141022430
Country
France
Region code
FR - France
Nanterre Register of Commerce and Companies
444 619 258
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
English
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IFA2000 and IFA2 Cable Maintenance Survey
two.1.2) Main CPV code
- 71354500 - Marine survey services
two.1.3) Type of contract
Services
two.1.4) Short description
This Contract Notice will be a Mirror of a Contract Notice published on Tenders Electronic Daily.
This survey campaign is to carry out maintenance survey work along the length of the IFA2000 (44.5km) and IFA2 (204km) cables respectively. The intention is to examine changes in the seabed, rock protection and identify any exposed cable.
This survey is divided into 5 specifications with different entities being responsible for each section:
1. IFA2000 UK Nearshore Survey - (responsible entities are NGIL and RTE)
2. IFA2000 DC Offshore Cable Survey - (responsible entity is NGIL)
3. IFA2000 French Nearshore Survey - (responsible entity is NGIL)
4. IFA2 DC Cable Survey - (responsible entities are NGIFA2 Ltd and RTE)
5. IFA2 UK AC River Survey - (responsible entity is NGIFA2 Ltd)
To register your interest in this procurement event and to obtain the pre-qualification documentation applicants are to email Amy.Palmer@nationalgrid.com using the wording 'Registering Interest for IFA2000 and IFA2 Survey' and include in the body of the message (if you have them) your Ariba AN number (network ID), name, email address and contact phone number for all contacts within your organisation who will need to receive Ariba messages and administer your online submissions. Following receipt of this information National Grid will invite you to the Ariba event where all of the pre-qualification documentation is contained including further instructions.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71351210 - Geophysical consultancy services
- 71352300 - Magnetometric surveying services
- 71354400 - Hydrographic services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- FR - France
two.2.4) Description of the procurement
Marine geophysical survey including, but not limited to:
• Multi-beam echo-sounder (MBES) survey
• Side-scan sonar (SSS) survey
• Gradiometer survey
• Geophysical Survey reporting and charting
• Data delivery including GIS formats
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
To be confirmed during Tender.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom