Section one: Contracting entity
one.1) Name and addresses
GRIDLINK INTERCONNECTOR LIMITED
25 East Street
Bromley
BR1 1QE
Contact
David Barber
david.barber@gridlinkinterconnector.com
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
www.gridlinkinterconnector.com
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://app.box.com/s/h8dwmm0k71jpsefg4l4p6pusm85pifbv
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.dropbox.com/request/vZ4C6C6bq6CdlmmEPiuJ
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kingsnorth site remediation and enabling works
Reference number
ITT-UKSITE-REM-001
two.1.2) Main CPV code
- 45100000 - Site preparation work
two.1.3) Type of contract
Works
two.1.4) Short description
The Works comprises three Work Elements (WE1, WE2, WE3), as described below.
Work Element 1 (WE1): Land clearance, soil remediation and bulk excavation and backfilling of a 4.4 ha site to provide a Working Platform. Land clearance shall include removal of vegetation, surface soil bunds and any above or below-ground concrete, brick, obstructions, waste or other structures. The remediation works shall include excavation of known areas of soil contaminated by Heavy Fuel Oil (HFO), removal of the soil by road transport and treatment/ disposal at an appropriately licensed waste management facility, together with verification and validation of remedial excavations and remaining site area. The remaining area (uncontaminated soils) shall be subject to bulk excavation, including the break out and removal of surfacing, below ground obstructions and six large concrete tank bases with cropping of underlying piles. The void space resulting from soil remediation and bulk excavation shall be backfilled to a specified formation level with uncontaminated geotechnically suitable imported material to the required engineering specification to achieve a Working Platform Certificate.
Work Element 2 (WE2): Preparation of a 1.6 ha site for a temporary construction laydown area. The works shall comprise land clearance by removal of surface soil bunds, vegetation and any above-ground concrete or other structures to create a level surface, including disposal or waste arisings at an appropriately licensed waste management facility, followed by installation of a geomembrane and placement of a gravel layer above the geomembrane to provide a stable, level ground surface. If found, the works shall include excavation and removal of any unexpected contamination that may be encountered.
Work Element 3 (WE3): Preparation of a 1,250 m two-way carriageway length of an access road (on private land). The works shall comprise preparation of an existing access road for use by construction traffic associated with the Works and for future use by construction traffic during redevelopment of the Site, including road widening, bend alignments, surfacing, shoulders, cambers, surface water drainage relocation and connections to existing stormwater system. If found, the works shall include excavation and removal of any unexpected contamination encountered during the works.
The Works shall be carried out in accordance with the technical specifications and other requirements, provisions and conditions specified by the Employer in the ITT Documentation.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ41 - Medway
Main site or place of performance
Kingsnorth Power Station, Power Station Access Road, Hoo St Werburgh, Rochester ME3 9NQ
Easting (x) 580770
Northing (y) 172044
two.2.4) Description of the procurement
The Works include all design, engineering, procurement, manufacture, supply, site preparation, civil works, construction and/or installation required for site remediation and enabling works to prepare a construction site for a new converter station associated with a planned electricity interconnector between the UK and France. The Works comprise, inter alia:
Work Element 1 (WE1): Land clearance, soil remediation and bulk excavation and backfilling (4.4 ha site area):
Removal of ruderal vegetation within the 4.4 ha site area.
Remediation of known areas of soil contaminated by Heavy Fuel Oil (HFO) within the 4.4 ha site area by excavation to a depth of 0.5 m to 1.5 m below ground level, removal of the soil by road transport and treatment/disposal at an appropriately licensed waste management facility. The estimated quantity of contaminated soil is 8,500 m3.
Verification and validation of the removal of all contaminated material from the excavations by sampling of the base and side walls.
Verification and validation of the absence of contaminated material in remaining areas of the 4.4 ha site area by trial pits with sampling at 1 m vertical intervals.
Removal of surface soil bunds and any above or below-ground concrete, brick, obstructions, waste or other structures within the 4.4 ha site area.
Bulk excavation to a depth of 1.4 m below ground level of the remaining areas within the 4.4 ha site area and the break out and removal of surfacing, below ground obstructions and six large concrete tank bases with cropping of the underlying piles.
Backfilling of void space resulting from soil remediation and bulk excavation to ground level, including a 300 mm capping layer, with uncontaminated geotechnically suitable imported material to the required engineering specification to achieve a Working Platform Certificate.
The Works also include supplementary site management requirements, including decommissioning of existing boreholes, surface water and groundwater collection, treatment and disposal, and installation of a filter drain network within the 4.4 ha site area.
Work Element 2 (WE2): Temporary construction laydown area preparation works (1.6 ha site area):
Land clearance by removal of surface soil bunds, vegetation and any above-ground concrete or other structures within the 1.6 ha site area to create a level surface, including disposal or waste arisings at an appropriately licensed waste management facility.
Installation of a geomembrane within the 1.6 ha site area to prevent migration of any surface contamination caused by future temporary uses into the sub-surface layers, and placement of a 300 mm gravel layer above the geomembrane to provide a stable, level ground surface.
If found, excavation and removal of any unexpected contamination encountered during the works.
Work Element 3 (WE3): Access road preparation works (1,250 m two-way carriageway length):
Preparation of the 1,250 m section of the access road for use by construction traffic associated with the Works and for future use by construction traffic during redevelopment of the Site.
Surface repairs and formation repairs to a depth of 300 mm below ground level for approximately 1,000 m road section.
Road widening and bend alignments for approximately 770 m road section and surface area of 1,500 m2.
Construction of one (1 No.) junction from the access road.
If found, excavation and removal of any unexpected contamination encountered during the works.
The works include formation, surfacing, shoulders, cambers, surface water drainage relocation and connections to existing stormwater system and other measures required for the safe movement of road vehicles.
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
Start date
30 September 2022
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Tenderers must demonstrate that they comply with the minimum requirements listed below in order to be considered for selection:
1) Annual financial turnover for similar Works to those required under the Contract for each of the past three (3) financial years: £10 million
2) Relevant experience: Ten (10) contracts completed in the past five (5) years and five (5) reference contracts for similar Works completed in the past three (3) years
3) Tax affairs: All applicable Taxes have been duly paid and tax affairs are in order
4) Insurance cover in place or to be taken out for the Works:
Construction "All Risks" (CAR) Insurance: minimum £10 million
Employers Liability Insurance: minimum £10 million
Public Liability and Third Party Liability: minimum £10 million
Professional Indemnity: minimum £5 million
three.1.6) Deposits and guarantees required
Refer to procurement documents
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Refer to procurement documents
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Refer to procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to procurement documents
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
5 May 2021
Local time
11:59pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
14 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
To be determined
London
Country
United Kingdom