There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Works - 197398-2020

28/04/2020    S83

Greece-Heraklio Attikis: Construction work for gas pipelines

2020/S 083-197398

Contract notice – utilities

Works

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: IGI-Poseidon S.A.
Postal address: 92, Marinou Antipa Ave. DEPA S.A. Building
Town: Heraklio Attikis
NUTS code: EL ΕΛΛΑΔΑ
Postal code: GR 14121
Country: Greece
Contact person: Mr. Dimitrios Manolis, Dep. Development Director
E-mail: info@igi-poseidon.com
Telephone: +30 2102701050
Fax: +30 2102751067
Internet address(es):
Main address: http://www.igi-poseidon.com
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://www.igi-poseidon.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Production, transport and distribution of gas and heat

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Engineering, Procurement, Installation and Pre-commissioning Activities for Offshore Sections of EastMed Pipeline Project

II.1.2)Main CPV code
45231220 Construction work for gas pipelines
II.1.3)Type of contract
Works
II.1.4)Short description:

Detail engineering, procurement (including line pipes), fabrication and construction, transportation and installation, pre-commissioning (EPCI) of the offshore pipeline sections of the Eastern Mediterranean Pipeline Project (EastMed) which will allow transport of natural gas from the South Eastern Mediterranean basin to the European Natural Gas Network.

This notice concerns the first phase of EastMed designed to transport 10 bcm/y (11 bcm/y from the gas source till Cyprus where 1 bcm is left to satisfy local needs). The design and development of this first phase considers all engineering and development activities, including related pre-investments, to allow a possible increase of capacity up to 20 bcm/y at a later stage. EastMed Pipeline Project is currently in its FEED development phase.

This notice represents a call for requests to participate in a competitive dialogue during which two selected candidates will perform early preparatory engineering activities simultaneously with FEED

II.1.5)Estimated total value
Value excluding VAT: 2 400 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: EL ΕΛΛΑΔΑ
NUTS code: CY ΚΥΠΡΟΣ
Main site or place of performance:

South Eastern Mediterranean Basin, Cyprus, Cyprus to Crete, Crete to Greece mainland (south Peloponnese), Gulf of Patras.

II.2.4)Description of the procurement:

The main scope of the offshore pipeline EPCI contractor is relative to engineering, procurement, installation and pre-commissioning of the offshore pipeline including:

— management, administration and coordination,

— detail design, installation engineering and development of installation procedures and plans,

— procurement of the line pipe with anti-corrosion, internal flow coating and concrete weight coating and auxiliaries (anodes for concrete weight coated sections, induction bends, buckle arrestors),

— procurement of all other materials required for the completion of the works including anodes for non-concrete weight coated offshore line pipe sections, isolations joints, onshore cathodic protection materials, fiber-optic cable for short onshore pipeline section,

— set up and operation of marshalling yards, storage, logistics and transportation of materials to the various worksites and to the pipelay vessels engaged by the contractor,

— offshore pipeline installation, including pre-lay and post-lay surveys, anodes installation, cable crossings works, seabed intervention works, and all other ancillary activities,

— shore crossing construction and onshore pipeline installation works,

— pipeline system pre-commissioning to prove pipeline integrity and to make the system ready for the introduction of gas,

— full support during commissioning and start-up activities.

To a maximum of 2 candidates qualified to be invited to participate in the competitive dialogue it will be asked, during all the entire Tender procedure (Competitive Dialogue), to perform EPCI Simultaneous Engineering Activities, that is early preparatory engineering activities (review and endorsement of selected offshore pipeline FEED documents/production of additional documents) aiming (up on conclusion of the competitive dialogue) at the preparation of final binding EPCI offers. The scope and arrangements of EPCI Simultaneous Engineering Activities will be provided to the qualified candidates in a subsequent invitation to participate in competitive dialogue.

The project scope includes the following principal pipeline sections:

— the offshore sections (OSS’s) as follows:

OSS (1) from gas sources (offshore of Israel) to Cyprus, approx. 300 km with 2300 m max water depth;

OSS2 (2) from Cyprus to East Crete, approx. 732 km with 3000 m max water depth;

OSS (3) from Crete to South Peloponnese, approx. 421 km with 1370 m max water depth;

OSS (4) crossing Gulf of Patras, approx. 18 km with 110 m max water depth,

Nominal OD varies between 24” – 30’’ for section (1), (2) and (3) and between 46” — 48” for (4), with wall thickness up to 39 mm.

— short onshore pipeline sections connecting stations (by others) to respective landfalls at Cyprus and Crete.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 2 400 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 2
Objective criteria for choosing the limited number of candidates:

Maximum of 2 candidates will be selected in accordance with what specified in the VI.3 section

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.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:

The EastMed Pipeline Project is included in the fourth list of projects of common interest and identified by the code number 7.3.1. The project was selected to be co-financed for with EU funds through the CEF (Connecting Energy Facility program (Action number 7.3.1-0023-CYEL-S-M-17).

II.2.14)Additional information

No specification or additional documents will be sent to the candidates at this stage.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

The participants shall be companies registered according to the EC Legislation, or European Economic Area (E.E.A.) Country, or State with Association agreement with E.U., having the right to participate in Public Sector's Tenders, or Joint Ventures/Consortia of such companies, provided that the sole company which participates in the bid or each member of the JV/Consortium (in case of JV/Consortium), shall submit the following documents:

(a) registration document from an official professional institution in compliance with law of the country where the base or a legally operating department of the company is established. The document shall declare the capability of the company to undertake relevant works.

or

Company statute, according to the legislation of the country where the company is registered.

Extracts from judicial records or, failing this, equivalent documents issued by the competent judicial or administrative authorities of the country of origin. In case that the respective country does not issue the above documents or certificates, these can be replaced by an affidavit of the participating company and in case such procedure is not provided for, by a declaration given before any judicial or administrative authority, public notary or competent professional organization, which would state that company representatives have not been prosecuted for any crime related to its/their business activity, practice or integrity e.g. professional misconduct, fraud, misappropriation of funds etc.

(b) minutes of the board of directors or specific power of attorney, resolving the participation in the tender and the appointment of a legal representative (including full contact details of the legal representative);

(c) declaration of the acceptance for the appointment by the legal representative;

(d) pre-agreement in case of a JV/Consortium of companies, in accordance with paragraph III.1.8 below.

In case that any of the above documents is not prepared in English Language, said document shall be accompanied by official translation in English.

The contracting entity reserves the right to exclude from tender procedure any candidate that it reasonably considers, has or may have a conflict of interest with the objectives of the contracting entity and/or the Eastern Mediterranean Pipeline Project.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Candidates, or in case of JV/Consortium each member of the JV/Consortium, shall submit declarations stating that:

(i) It is not in a state of bankruptcy, under liquidation, obligatory management, compromise, or any other similar situation resulting from a similar procedure and that no procedure has been instigated against the economic operator for declaration in bankruptcy, obligatory management, compromise or any other similar situation or resulting from any other similar procedure;

(ii) It has fulfilled its obligations, relating to the payment of social security contributions;

(iii) It has fulfilled its obligations relating to the payment of taxes, according to the Legislation of the country where it is established. In case that the documents are not prepared in English, they shall be accompanied by an official translation in English.

Candidates shall have economic and financial capability to perform the contract. For this purpose, the candidates shall submit audited annual accounts for the past 3 years. In case of Joint Venture or Consortium, the candidate shall submit the audited annual accounts for the past 3 years for each member.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Candidates, or in case of JV/Consortium each member of the JV/Consortium, will provide a complete and meaningful company’s profile. Candidates who are invited to participate in the competitive dialogue and subsequent invitation to tender shall regularly perform, as part of their core business, works of the same nature as those requested by the contracting entity and shall be widely recognized as providers of such works.

Candidates shall demonstrate that they have adequate management, design, procurement and quality control system and resources in place to undertake the project activities. Furthermore, candidates will have to demonstrate that they operate pipeline installation vessels and associated operational support systems suitable for pipelaying in dynamic positioning mode in deep water and also in shallower water depths (for shallower water depths also anchored vessels are allowed). Candidates should be able to demonstrate their track record of executing challenging projects at the limits of the current state of the art and highest levels of quality control, safety performance and client satisfaction levels.

Candidates must provide the following information:

— list of references for works of similar scope for deep-water pipelay projects (including project name, year of execution, candidate’s role on the project, approximate contract value, pipeline length, pipeline diameter, maximum water depth, installation vessel(s) used),

— list of references for works of similar scope for shallow water pipeline installation projects executed (including project name, year of execution, candidate’s role on the project, approximate contract value, pipeline length, pipeline diameter, maximum water depth, installation vessel(s) used),

— list of references for works of similar scope shore approach and onshore pipeline installation projects executed. References for shore approach construction activities shall contain trenchless construction works and traditional open cut construction works,

— list of characteristics of main pipelay vessels in the fleet of pipelay vessels operated by tenderer, suitable for the deep water and shallow water works; description of any modifications/upgrades that may be required and associated modification schedule for the vessels in order to execute the project,

— list of characteristics of main equipment to be deployed for associated project activities, such as offshore trenching in shallow waters, and pre and post-lay seabed intervention, shore crossing construction and pre-commissioning,

— list of characteristics of equipment to be deployed for deep-water pipeline recovery and repair systems during construction phase (dry and wet buckle contingencies) and warranty phases,

— description of in-house design, procurement, and management resources/capacity and which activities are planned to be sub-contracted. Details of current and past relationship with specified sub-contractors and associated project scopes completed,

— description of the installation activities, if any, that may have to be subcontracted and provision of the list of candidate sub-contractors,

— certification documentation for ISO 9001 and ISO 14001 for the specific category of operation and description of associated quality organization.

Any candidate that has not undertaken works of comparable scale, nature, technical scope and complexity shall not be invited to participate in the competitive dialogue and subsequent invitation to tender. The two candidates evaluated as having the highest capabilities shall be invited to participate in the competitive dialogue and subsequent invitation to tender.

III.1.6)Deposits and guarantees required:

Deposit and guarantees required will be set out in the invitation to tender documents.

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

Payment conditions will be set out in the invitation to tender documents.

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

Candidates may be either an individual company or a grouping of companies

If the contract is awarded to a grouping of economic operators, the legal form required shall be:

— a main contractor to whom the contract is awarded with named sub-suppliers/subcontractors for whom the main contractor is responsible,

— a Joint Venture of economic operators or

— a consortium of economic operators.

The legal form will be required prior to any award but is not required for this call or the subsequent negotiation. Candidates shall however be required to demonstrate agreement to legally form any proposed grouping of economic operators, during their submission to this contract notice.

Joint Ventures and Consortia shall nominate the member with the technical requirements referred to in point III.1.3) as Leader. A company which participates as a member of the Joint Venture or Consortium shall not participate in the tender individually.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Draft conditions of the contract will be set out in the invitation to tender.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 15/06/2020
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

No specification or additional documents will be sent to the candidates at this stage.

Reputable, widely recognized and suitably accredited contractors are sought

Moreover:

— candidates shall submit their reply in electronic format via e-mail to below mentioned persons/addresses: Mr. D. Manolis <d.manolis@depa.gr >; Mr. Folas <m.folas@depa.gr >; Mrs. G. Sacchetti <giulia.sacchetti@edison.it >; Mr. M. Bozzolasco <marcello.bozzolasco@edison.it >; and info@igi-poseidon.com,

— the contracting entity will select for the competitive dialogue procedure maximum 2 candidates having the best technical capability and track records

— duration of the competitive dialogue up to the submission of the EPCI final offer will be approx. 16 months

— the contracting entity will remunerate on lump sum basis the not awarded candidate, that submitted the final EPCI offer for its participation to the competitive dialogue procedure. Arrangements will be set out in the invitation to participate in competitive dialogue which will be issued to two selected candidates,

— The present contract notice is inserted in Poseidon's Web site (http://www.igi- poseidon.com).

VI.4)Procedures for review
VI.4.1)Review body
Official name: Natural Gas Submarine Interconnector Greece-Italy (IGI Poseidon SA)
Postal address: 92, Marinou Antipa Ave.
Town: Heraklion Attikis
Postal code: 14121
Country: Greece
E-mail: info@igi-poseidon.com
Telephone: +30 2102701050
Fax: +30 2102751067
Internet address: http://www.igi-poseidon.com
VI.4.2)Body responsible for mediation procedures
Official name: Natural Gas Submarine Interconnector Greece-Italy (IGI Poseidon SA)
Postal address: 92, Marinou Antipa Ave.
Town: Heraklion Attikis
Postal code: 14121
Country: Greece
E-mail: info@igi-poseidon.com
Telephone: +30 2102701050
Fax: +30 2102751067
Internet address: http://www.igi-poseidon.com
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Natural Gas Submarine Interconnector Greece-Italy (IGI Poseidon SA)
Postal address: 92, Marinou Antipa Ave.
Town: Heraklion Attikis
Postal code: 14121
Country: Greece
E-mail: info@igi-poseidon.com
Telephone: +30 2102701050
Fax: +30 2102751067
Internet address: http://www.igi-poseidon.com
VI.5)Date of dispatch of this notice:
24/04/2020