We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

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

Services - 236140-2019

21/05/2019    S97

Greece-Heraklio: Environmental impact assessment for construction

2019/S 097-236140

Contract notice – utilities

Services

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. George Kostopoulos, Technical 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:

Environmental and Social Impact Assessment (ESIA) and relevant support services for the onshore section of EastMed Pipeline Project (EastMed)

II.1.2)Main CPV code
71313400 Environmental impact assessment for construction
II.1.3)Type of contract
Services
II.1.4)Short description:

Environmental and Social Impact Assessment (ESIA) for environmental permitting and implementation of activities to obtain Authorization and Permits necessary for the installation of the onshore section of EastMed:

— onshore pipeline section of approx. 550 km, starting from Florovouni (Thesprotia) in NW of Greece till the SE of Peloponnese including a short offshore section with a length of approx. 17 km and 110 m max. depth crossing the Patras Gulf. Indicative pipeline diameter is in the range of 42”-48” (subject to assessment and confirmation),

— Compressor Station (CS) to be located in Atherinolakkos (SE of Crete) and the short onshore sections between the CS of Atherinolakkos and the landfall.

The ESIA Study and provided support services to be based on Greek legislation, EU Regulations and on EBRD Requirements, taking into consideration technical data of the Project’s FEED.

Services include support to the Project Owner during the environmental permitting and authorization procedure.

II.1.5)Estimated total value
Value excluding VAT: 2 300 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71313440 Environmental Impact Assessment (EIA) services for construction
II.2.3)Place of performance
NUTS code: EL ΕΛΛΑΔΑ
Main site or place of performance:

Crete, Peloponnese, West Greece up to Epirus.

II.2.4)Description of the procurement:

The services include among others, the following activities for the items referred in par. II.1.4 above:

— preparation of an ESIA study,

— preparation of the reforestation studies,

— support to the project owner, during the consultation of the ESIA, till the issuance of the Environmental Terms Approval (ETA) decision,

— other supporting services related to the project implementation such as: stakeholder engagement plan land acquisition and easement plan, etc.

The ESIA will comply with the Greek legislation framework and with the European Legislation in force.

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: 2 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
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 third list of Projects of Common Interest and identified by the code number 7.3.1. The project has been selected to be co-financed for with EU funds through the CEF (Connecting Energy Facilities) program (Action number 7.3.1-0023-CYEL-S-M-17), including the activities object of the present procurement scope.

II.2.14)Additional information

No Specification or additional documents will be sent to the candidates at this stage. The duration of the contract includes support services, following the ESIA submission.

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 Tender will take place in 2 stages. The first stage is the pre-qualification of the candidates on the basis of the criteria described here below. In the second stage, the qualified candidates will be invited to submit their full and committed tenders.

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 EU, 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 in case of joint venture/consortium which participates in the bid (as applicable), each member of the JV/Consortium to 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 services.

or

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

(b) extracts from judicial records or failing this, equivalent documents issued by the competent judicial or administrative authorities of the country of origin or 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 a 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 its 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.;

(c) minutes of the board of directors, resolving the participation in the tender and the appointment of a legal representative (including full contact details of the legal representative);

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

(e) pre-agreement in the case of a joint venture or 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 invitation to tender 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 shall submit declarations for each economic operator 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 official translation in English.

Candidates shall submit audited annual accounts for the past 3 years for each economic operator and shall demonstrate financial management capabilities required for funding the services. Candidates with an average annual turnover of past 3 years lower than 2 400 000 EUR will not be invited to the second stage of tender. In the case of joint venture or consortium, the average annual turnover of the past 3 years for the candidate shall be assessed as the sum of the annual average turnover of each member.

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

Candidates shall provide complete and meaningful profiles of economic operators. Candidates who are invited to tender shall as part of their core business regularly perform services of the same nature as those requested by the contracting entity and shall be widely recognized as providers of such services.

(a) track record of performing similar activities in the past 8 years:

Candidates shall demonstrate (in their track record which will be submitted) proven experience and references for relevant ESIA or EIA services:

Any candidate that has not completed services of comparable scale, technical scope and complexity over the last 8 years in the following fields:

— environmental impact assessment studies and permitting procedures of high pressure natural gas onshore pipelines, in E.U. countries, in compliance with the provisions of the relevant applicable legislation,

— support services during the environmental licensing process — managing communication with local authorities (municipalities, national and regional authorities), shall not be invited to tender.

Any candidate that has not successfully completed (i.e. approved by the competent Authorities) in the last 8 years an ESIA or EIA of at least one long distance (in the order of 150 km) cross-country high pressure (above 50barg design pressure) natural gas transmission pipeline of minimum nominal diameter 24” shall not be invited to tender.

In the case of joint venture or consortium, the leader to be nominated as per III.1.8) shall satisfy this minimum stipulation referred above.

(b) demonstration of resources:

Candidates shall indicate and demonstrate access to in-house personnel resources that are adequate in terms of discipline coverage, number and qualification. For selected candidates, proposed personnel shall be evaluated in the second stage and subject to selection criteria.

Candidates shall indicate and demonstrate suitable facilities, equipment and systems appropriate to the services.

(c) QA/QC and HSE certification:

Candidates shall demonstrate compliance of their QHSE management systems with recognized standards. Candidates who cannot demonstrate compliance of their QHSE management systems with recognized standards will not be selected for the second stage. Candidates shall therefore demonstrate compliance either by submission of valid certification or by other reasonable means.

Notwithstanding any selection for invitation to tender, the contracting entity reserves the right to consider as contract award criteria the detailed capability of the candidate in relation to the detailed scope.

III.1.6)Deposits and guarantees required:

At the next stage of this call, the selected candidates will be invited to a tender and submit their bids. After conclusion of the bids evaluation, the successful bidder will be required to provide, in accordance with the forms included in the tender documents, in Greek or English language:

— a bond equal to 5 % of contract price, issued by a bank operating within member states of EU, valid up to the signature of the contract, and

— a performance bond, amounting to 10 % of the total value of the contract, upon signature of the contract and valid until final acceptance of the services.

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/sub-contractors for whom the main contractor is responsible,

— a joint venture of economic operators or,

— a consortium of economic operators.

The legal formation 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 Contact Notice.

Joint ventures and consortia shall nominate an economic operator as leader. A company which participates as a member of the joint venture or consortium shall not participate in the tender individually.

Reputable, widely recognized and suitably accredited service providers are sought.

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 that will be issued to selected candidates, among them, the liquidated damages to be applied to delayed deliverables, in respect to the delivery schedule agreed in the contract.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
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: 19/06/2019
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: 8 (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.

Moreover:

— candidates shall submit their reply in 2 hard and 2 electronic copies (USB): one copy to the address in Athens indicated in I.1) (Name, addresses and contact point) and the second to the following address in Milan: IGI-POSEIDON S.A., c/o Edison SpA, Foro Buonaparte 31, 20121 Milan, Italy, FAO: Mrs. Giulia Sacchetti,

— the minimum time frame during which the tenderer must maintain the tender is 8 months from the date that will be stated for receipt of tender. Candidates who are selected to be invited to tender will be required to indicate the names and professional qualifications of the specific staff responsible for the execution of the services. These details are not required for selection of candidates at this stage, but candidates must demonstrate access to staff, meeting the minimum requirements for selection,

— 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:
17/05/2019