Tender

Viking Link - After Installation Survey for Offshore cable

  • National Grid Viking Link Limited (NGVL)
  • Energinet Eltransmission A/S

F05: Contract notice – utilities

Notice identifier: 2022/S 000-024132

Procurement identifier (OCID): ocds-h6vhtk-0363f8

Published 30 August 2022, 11:51am



Section one: Contracting entity

one.1) Name and addresses

National Grid Viking Link Limited (NGVL)

1-3 Strand

London

WC2N5EH

Contact

Amy Palmer

Email

amy.palmer@nationalgrid.com

Telephone

+44 7790543121

Country

United Kingdom

Region code

UKI32 - Westminster

Companies House

09075537

Internet address(es)

Main address

https://www.nationalgrid.com/

one.1) Name and addresses

Energinet Eltransmission A/S

Tonne Kjærsvej 65

Fredericia

7000

Contact

Mette Clemann Vinter

Email

procurement@energinet.dk

Country

Denmark

Region code

DK - Denmark

Central Business register (CVR)

39314878

Internet address(es)

Main address

https://energinet.dk/

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

Danish procurement law (Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors implementing Directive 2014/25/EC)

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://eu.eu-supply.com/ctm/Supplier/PublicPurchase/339679/0/0?returnUrl=&b=ENERGINET

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://eu.eu-supply.com/ctm/Supplier/PublicPurchase/339679/0/0?returnUrl=&b=ENERGINET

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Viking Link - After Installation Survey for Offshore cable

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 is a Mirror of 2022/S 164-467541 on Tenders Electronic Daily.

For Viking Link, an After Installation cable survey is needed.

The survey activities shall comprise of the following Work Packages:

1. Work Package A - Offshore Survey comprising MBES and cable tracking. The survey should be performed between MLWS at UK landfall and MLWS at DK landfall.

2. Work Package B - Onshore Topographic Survey at DK and UK Landfall.

3. Work Package C - Geophysical MBES and Side Scan Sonar Survey and Environmental survey using a Drop-Down Camera ROV of Annex 1 Medium Resemblance Stony Reef Area

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 76520000 - Offshore services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • DK - Denmark
Main site or place of performance

Onshore and offshore UK and DK landfall incl. dutch and german waters

two.2.4) Description of the procurement

Procurement of an after installation / as built survey a long the Viking Link Cable. The main purpose of the survey is to confirm the vertical and horizontal position of the Viking Link cable location.

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Objective criteria for choosing the limited number of candidates:

If more than 5 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3-5 applicants who are evaluated as most qualified for the specific tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the relevance of the submitted references, cf. the scope stated in section II.2.4, and the extent to which the references overall demonstrate comprehensive experience with deliveries comparable to the tendered assignment regarding solution, complexity and scope, especially concerning:

o A comparable solution description preferably including MBES and cable tracking in the North Sea

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per Contract Notice 2022/S 164-467541 on Tenders Electronic Daily.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per Contract Notice 2022/S 164-467541 on Tenders Electronic Daily.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As per Contract Notice 2022/S 164-467541 on Tenders Electronic Daily.

three.1.6) Deposits and guarantees required

The information is stated in the Tender Documents.

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

The information is stated in the Tender Documents.

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

No special legal form is required.

If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The information is stated in the Tender 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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 September 2022

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: 3 (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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As per Contract Notice 2022/S 164-467541 on Tenders Electronic Daily.

six.4) Procedures for review

six.4.1) Review body

Klagenævntet for Udbud

Nævnenes Hus, Toldboden 2

Viborg

8800

Country

Denmark

six.4.4) Service from which information about the review procedure may be obtained

Konkurrence- og Forbrugerstyrelsen

Carl Jacobsen Vej 35

Valby

2500

Country

Denmark