Section one: Contracting authority
one.1) Name and addresses
Minesto UK Ltd.
41-43 Market Street
Holyhead, Isle of Anglesey
LL65 1UN
Telephone
+46 31290060
Country
United Kingdom
NUTS code
UKL11 - Isle of Anglesey
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA39643
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.sell2wales.gov.wales/
one.4) Type of the contracting authority
Other type
Private Company
one.5) Main activity
Other activity
Marine Energy
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Pre-qualification Marine Equipment Recovery and Disposal
Reference number
18336
two.1.2) Main CPV code
- 76521000 - Offshore installation services
two.1.3) Type of contract
Services
two.1.4) Short description
Minesto are looking for a suitably qualified and experienced marine contractor to carry out the recovery of various pieces of subsea equipment from the seabed at their Holyhead Deep site and disposal of selected items.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 76521000 - Offshore installation services
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
Main site or place of performance
Holyhead Deep
two.2.4) Description of the procurement
Minesto are looking for a suitably qualified and experienced marine contractor to carry out the recovery of various pieces of subsea equipment from the seabed at their Holyhead Deep site and disposal of selected items.
This pre-qualification is to provide sufficient information to enable a marine contractor to indicate wether they are interested in tendering and submitt requestested information to pre-qualify to tender for these Works.
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
1 September 2021
End date
31 December 2021
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.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
Our current partners are: ERDF through the WEFO. - Horizon 2020 research and innovation - Swedish Energy Agency - European Regional Development Fund via the Interreg France (Channel) England Programme
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
Restricted 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
16 July 2021
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 July 2021
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
Tender must be valid until: 15 October 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=112185.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:112185)
six.4) Procedures for review
six.4.1) Review body
N/A
N/A
Country
United Kingdom