Subsurface Investigation Services in Support of the Poland AP 1000 Project – GEO2

1. Experienced and qualified drilling, services company capable of conducting subsurface investigations at the project location for the Poland Nuclear Power Plant. The scope of work includes, but is not limited to, providing drilling and probing rigs, pumps, probes, samplers, drilling mud, grout, tools, equipment, labor, supervision, technical and professional …

CPV: 73210000 Research consultancy services
Place of execution:
Subsurface Investigation Services in Support of the Poland AP 1000 Project – GEO2
Awarding body:
Bechtel Polska Sp. z o.o.
Award number:

1. Buyer

1.1 Buyer

Official name : Bechtel Polska Sp. z o.o.
Legal type of the buyer : Organisation awarding a contract subsidised by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Subsurface Investigation Services in Support of the Poland AP 1000 Project – GEO2
Description : 1. Experienced and qualified drilling, services company capable of conducting subsurface investigations at the project location for the Poland Nuclear Power Plant. The scope of work includes, but is not limited to, providing drilling and probing rigs, pumps, probes, samplers, drilling mud, grout, tools, equipment, labor, supervision, technical and professional services, materials, consumables, and supplies required to complete geotechnical and geological subsurface investigation. The detailed scope of work will be outlined in the specifications, scope documents, and other contractual materials provided to the Company. Interested parties shall have documented, proven experience in planning the services associated with completing the work; providing equipment which is new or like new condition; and proven experience and providing all required quality, safety and execution documentation related to completion of the subsurface investigation scope of work, specification, and other subcontract requirements. Interested companies must register/update their Company's information in Bechtel's iSupplier portal at https://supplier.becpsn.com link.and select Commodity Code CY05 as their specific area of interest. Bechtel shall provide the interested party the Poland Prequalification Questionnaire where interested party would complete with response to Bechtel for review. Bechtel notes that previous proven Drilling Services of similar scale and complexity which includes completion of geotechnical/geological boreholes with Standard Penetration Testing (SPT) and intact sampling and cone penetration tests (CPTs) will be mandatory and additional documentation / evidence of capability and capacity to self-perform key elements of the scope will be required. 2. The prequalification criteria shall be included in the prequalification Questionnaire including demonstration of (i) experience in furnishing subsurface investigation scope in the past or current projects which is equivalent or equal to the complexity of the Poland AP 1000 project, (ii) availability of new or like new rig equipment in performance of scope, (iii) acceptable safety record and compliance to quality requirements including current ISO 9001 certification, (v) compliance to certification of legally mandatory requirements, (vi) financial standing (solvency), and (vii) organizational capabilities. 3. Upon Bechtel’s evaluation of your response to the Poland Prequalification Questionnaire, Bechtel will notify if your Company meets, conditionally meets, or does not meet the prequalification requirements that closely match the Your Company's submission of Prequalification Questionnaire does not automatically qualify your Company to be prequalified. 4. Each prequalified Company will be required to execute a Non-Disclosure Agreement (NDA). 5. Companies meeting the prequalification criteria and who have executed the NDA will be invited to submit the proposals for subsurface investigation services. 6. The Request for Quotation (RFQ) shall include the award criteria, scope of work, specifications, drawings, datasheets, terms and condition, and schedule data. The RFQ shall be issued via Bechtel’s Digital Supply Chain System automation tool. 7. The RFQ document will include the subsurface investigation scope, including but not limited to mobilization of adequate number of equipment and staff to the project site, movement of equipment on site, completion of investigation services and demobilization. The technical services may include, but is not limited to, completion of investigation points with approximate quantities of borings with SPT expected to be on the order of 616 locations with total of 9738 linear meters. The quantity of continuous core borings is expected to be on the order of 177 locations with total of 2929 linear meters. The quantity of CPT soundings is expected to be on the order 235 locations with total of 2882 linear meters. The quantity of test pits is expected to be on the order of 44 locations, all to maximum depth of 4 meters. Working platforms and access are required for all the investigations points listed above, although the earthworks required will be completed under a separate contract. 8. Proposal may be provided in EURO, PLN, USD. Furthermore, the proposals will be requested as firm fixed unit rates (not subject to any price adjustment) with agreement to unit rates for change management. 9. Award criteria shall be based on a combination of the highest evaluated scored bidder with consideration of the following key criteria in order of relevance, together with cost which will determine the final decision for award which will be detailed further in the Bid Document(s) and during the RFQ phase. The bidder shall show self-performance capability and capacity for each of the key criteria relevant to the scope of work for this package. a. Minimum 5 Years Previous Proven Relevant Experience b. Technical Capability c. Delivery Management Team d. Health, Safety and Environment Qualification e. Quality Program Execution f. Schedule Compliance 10. Any Companies that do not meet the mandatory compliance requirement will be excluded. 11. The procedure for the Company to gain access to classified information, as required, will be subject to compliance with the executed NDA, Applicable Export Laws, Applicable Laws, and Applicable Safeguards Laws which will be included in the RFQ document.
Procedure identifier : 4da0a5c8-aa9f-4015-911c-dba52c4b1906
Type of procedure : Other multiple stage procedure

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73210000 Research consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Gdański ( PL634 )
Country : Poland

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Subsurface Investigation Services in Support of the Poland AP 1000 Project – GEO2
Description : 1. Experienced and qualified drilling, services company capable of conducting subsurface investigations at the project location for the Poland Nuclear Power Plant. The scope of work includes, but is not limited to, providing drilling and probing rigs, pumps, probes, samplers, drilling mud, grout, tools, equipment, labor, supervision, technical and professional services, materials, consumables, and supplies required to complete geotechnical and geological subsurface investigation. The detailed scope of work will be outlined in the specifications, scope documents, and other contractual materials provided to the Company. Interested parties shall have documented, proven experience in planning the services associated with completing the work; providing equipment which is new or like new condition; and proven experience and providing all required quality, safety and execution documentation related to completion of the subsurface investigation scope of work, specification, and other subcontract requirements. Interested companies must register/update their Company's information in Bechtel's iSupplier portal at https://supplier.becpsn.com link.and select Commodity Code CY05 as their specific area of interest. Bechtel shall provide the interested party the Poland Prequalification Questionnaire where interested party would complete with response to Bechtel for review. Bechtel notes that previous proven Drilling Services of similar scale and complexity which includes completion of geotechnical/geological boreholes with Standard Penetration Testing (SPT) and intact sampling and cone penetration tests (CPTs) will be mandatory and additional documentation / evidence of capability and capacity to self-perform key elements of the scope will be required. 2. The prequalification criteria shall be included in the prequalification Questionnaire including demonstration of (i) experience in furnishing subsurface investigation scope in the past or current projects which is equivalent or equal to the complexity of the Poland AP 1000 project, (ii) availability of new or like new rig equipment in performance of scope, (iii) acceptable safety record and compliance to quality requirements including current ISO 9001 certification, (v) compliance to certification of legally mandatory requirements, (vi) financial standing (solvency), and (vii) organizational capabilities. 3. Upon Bechtel’s evaluation of your response to the Poland Prequalification Questionnaire, Bechtel will notify if your Company meets, conditionally meets, or does not meet the prequalification requirements that closely match the Your Company's submission of Prequalification Questionnaire does not automatically qualify your Company to be prequalified. 4. Each prequalified Company will be required to execute a Non-Disclosure Agreement (NDA). 5. Companies meeting the prequalification criteria and who have executed the NDA will be invited to submit the proposals for subsurface investigation services. 6. The Request for Quotation (RFQ) shall include the award criteria, scope of work, specifications, drawings, datasheets, terms and condition, and schedule data. The RFQ shall be issued via Bechtel’s Digital Supply Chain System automation tool. 7. The RFQ document will include the subsurface investigation scope, including but not limited to mobilization of adequate number of equipment and staff to the project site, movement of equipment on site, completion of investigation services and demobilization. The technical services may include, but is not limited to, completion of investigation points with approximate quantities of borings with SPT expected to be on the order of 616 locations with total of 9738 linear meters. The quantity of continuous core borings is expected to be on the order of 177 locations with total of 2929 linear meters. The quantity of CPT soundings is expected to be on the order 235 locations with total of 2882 linear meters. The quantity of test pits is expected to be on the order of 44 locations, all to maximum depth of 4 meters. Working platforms and access are required for all the investigations points listed above, although the earthworks required will be completed under a separate contract. 8. Proposal may be provided in EURO, PLN, USD. Furthermore, the proposals will be requested as firm fixed unit rates (not subject to any price adjustment) with agreement to unit rates for change management. 9. Award criteria shall be based on a combination of the highest evaluated scored bidder with consideration of the following key criteria in order of relevance, together with cost which will determine the final decision for award which will be detailed further in the Bid Document(s) and during the RFQ phase. The bidder shall show self-performance capability and capacity for each of the key criteria relevant to the scope of work for this package. a. Minimum 5 Years Previous Proven Relevant Experience b. Technical Capability c. Delivery Management Team d. Health, Safety and Environment Qualification e. Quality Program Execution f. Schedule Compliance 10. Any Companies that do not meet the mandatory compliance requirement will be excluded. 11. The procedure for the Company to gain access to classified information, as required, will be subject to compliance with the executed NDA, Applicable Export Laws, Applicable Laws, and Applicable Safeguards Laws which will be included in the RFQ document.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73210000 Research consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Gdański ( PL634 )
Country : Poland
Additional information :

5.1.3 Estimated duration

Duration : 1 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Address for submission : https://www.bechtel.com/supplier/
Languages in which tenders or requests to participate may be submitted : English
Deadline for receipt of expressions of interest : 15/07/2025 23:59 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Bechtel Polska Sp. z o.o.
Organisation providing additional information about the procurement procedure : Bechtel Polska Sp. z o.o.
Organisation providing more information on the review procedures : Bechtel Polska Sp. z o.o.

8. Organisations

8.1 ORG-0002

Official name : Bechtel Polska Sp. z o.o.
Registration number : KRS 0000820169
Town : Warsaw
Postcode : 00-807
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Poland
Telephone : +48780192430
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : 385734-2025
Main reason for change : Buyer correction

Notice information

Notice identifier/version : 8f8f0637-a127-492b-ae90-f47f8add5191 - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 26/06/2025 14:32 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00420740-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025