Opportunity

UK-NL MPI

  • NATIONAL GRID INTERCONNECTOR HOLDINGS LIMITED

F05: Contract notice – utilities

Notice reference: 2021/S 000-031129

Published 14 December 2021, 4:29pm



Section one: Contracting entity

one.1) Name and addresses

NATIONAL GRID INTERCONNECTOR HOLDINGS LIMITED

1-3 Strand

London

WC2N5EH

Contact

Matt Pemberton

Email

matthew.pemberton@nationalgrid.com

Telephone

+44 7815030335

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nationalgrid.com/national-grid-ventures

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.ariba.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.ariba.com/

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UK-NL MPI

two.1.2) Main CPV code

  • 98360000 - Marine services

two.1.3) Type of contract

Services

two.1.4) Short description

TenneT Holding B.V. and NGIHL are jointly completing feasibility studies for a new HVDC multi-purpose interconnector (MPI) connecting Great Britain and the Netherlands via offshore wind farms in the North Sea.

The need for a Marine Consultant has thus arisen to carry out various tasks through the process of construction of the MPI.

To register your interest in the procurement event and receive the Pre-Qualification Questionnaire documentation, applicants are to email matthew.pemberton@nationalgrid.com with the subject wording 'Registering Interest for the UK-NL MPI Marine Consultant' and include in the body of the message (if you

have them) your Ariba AN numbers (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.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • NL - Netherlands

two.2.4) Description of the procurement

including but not limited to:

- Route Selection and HVDC Asset Locations Study

- Metocean

- Seabed and Environmental Surveys - pre awarding

- Technical project description

- UXO Survey

- Fisheries Liaison Officer (FLO)

- Seabed and Environmental Surveys - post awarding

- Interpretation of Data from Seabed Survey Contractors

- Route and HVDC Asset Locations Optimisation

- Cable Burial Risk Assessment

- Scour Analysis Platforms

- Provisional crossing design

- Provisional method statements for the execution of the landfalls.

- Burial installation analysis

- Fisheries Liaison Officer (FLO)

- EPC Tender Review

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

60

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


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

As described in the procurement documents.

three.2) Conditions related to the contract

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

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

21 December 2021

Local time

5:00pm

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: 12 (from the date stated for receipt of tender)


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

High Court Royal

Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom