EPC activities for CS1/MS1 Compressor and Metering Station of EastMed Pipeline Project

This notice concerns the EastMed Pipeline Project, designed to transport 11 bcm/y (11+1 bcm/y from the gas source till Cyprus where 1 bcm is left to satisfy local needs). The design and development consider all engineering and development activities, including related pre-investments, to allow a possible increase of capacity up …

CPV: 45231220 Construcción de gasoducto
Lugar de ejecución:
EPC activities for CS1/MS1 Compressor and Metering Station of EastMed Pipeline Project
Organismo adjudicador:
NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Número de premio:
Eastmed CS1/MS1

1. Buyer

1.1 Buyer

Official name : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : EPC activities for CS1/MS1 Compressor and Metering Station of EastMed Pipeline Project
Description : This notice concerns the EastMed Pipeline Project, designed to transport 11 bcm/y (11+1 bcm/y from the gas source till Cyprus where 1 bcm is left to satisfy local needs). The design and development consider all engineering and development activities, including related pre-investments, to allow a possible increase of capacity up to 20 bcm/y. EastMed Pipeline Project is currently in tender phase. The subject of this notice is the Compressor and Metering Station CS1/MS1 in Cyprus.
Procedure identifier : 75bc527d-cb54-4784-b3c6-920898836a02
Internal identifier : Eastmed CS1/MS1
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 45231220 Construction work for gas pipelines

2.1.2 Place of performance

Country subdivision (NUTS) : Κύπρος ( CY000 )
Country : Cyprus

2.1.3 Value

Estimated value excluding VAT : 155 000 000 Euro

2.1.4 General information

Additional information : - No Specification or additional documents will be sent to the Candidates at this stage. - IGI Poseidon reserves the right to give provisions for the selection process and nomination of turbo-compressors suppliers to be engaged under the EPC contract(s) via a nominated supplier structure. - Following the assessment of the information provided by the Candidates, the Contracting Entity intends to shortlist the top scoring qualified candidates for the invitation to tender stage based on: ° technical capability; ° track records; ° financial capability. - Experience in the assessment and/or development of facilities compatible with hydrogen, could be taken into account, as added value, during the tender evaluation - Interested economic operators should note that the awarded tenderer/s is/are required to enter into an Interface Agreement with the awarded tenderers of other procurement procedures related with the implementation of the EastMed project. - Candidates shall submit their expression of interest to participate in electronic format to below listed email addresses: Felice.Chiappa@edison.it ; M.Folas@depa-int.gr ; Marcello.Bozzolasco@edison.it ; Giulia.Sacchetti@edison.it ; Andrea.Castoldi@edison.it - It has to be noted that IGI Poseidon, as a private company, voluntarily opted to carry out the procurement process in line with the Utilities Directive. Neither the candidates nor third parties derive rights from IGI Poseidon's decision to voluntarily comply with the (principles of the) Utilities Directive 2014/25/EU
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : EPC for CS1/MS1 Compressor and Metering Station of EastMed Pipeline Project.
Description : Detailed engineering, procurement and construction including mechanical completion, pre-commissioning, commissioning and start-up. Scope of work includes procurement of all materials and equipment (including Turbo Compressors and others that will be required for the hydrogen compatibility). The work covers compression and metering station CS1/MS1 in Cyprus with equivalent of 10 BSCM/Y throughput, 50 MW compression, indicative 100 / 300 barg inlet / outlet pressures. The main scope of the EPC contractor is relative to engineering, procurement, construction, mechanical completion, commissioning and start-up of the compression and metering station including: - Management, administration and coordination; - Detail design based on the FEED prepared by the Contracting Entity, engineering and development of construction and installation procedures and plans; - Procurement of the of all materials and equipment (including Turbo Compressors and others that will be required for the hydrogen compatibility); - Full support for any remaining permitting activities (including environmental and/or other) that may be required prior to and/or during construction; - Construction works (civil, mechanical, electrical, instrumentation, …); - Mechanical completion and Pre-commissioning to make the system ready for the introduction of gas; - Commissioning and start-up activities.
Internal identifier : EastMed CS1/MS1

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Supplies
Main classification ( cpv ): 45231220 Construction work for gas pipelines
Quantity : 1 piece

5.1.2 Place of performance

Country subdivision (NUTS) : Κύπρος ( CY000 )
Country : Cyprus
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 155 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Connecting Europe Facility (CEF) (2014/2020)
Identifier of EU funds : 7.3.1-0023-CYEL-S-M-17
Further details of EU funds : The EastMed Pipeline Project is included in the sixth list of Projects of Common Interest and identified by the code number 7.3.1 remaining eligible for the requestof EU funding. The project was financed by EU funds through the CEF (Connecting Energy Facilities) program for its development phase (Action number 7.3.1-0023-CYEL-S-M-17) completed in June 2023
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Draft conditions of the contract will be set out in the Invitation to Tender

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : 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., 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, 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.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Description : 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 (2021, 2022, 2023). In case of Joint Venture or Consortium, the candidate shall submit the audited annual accounts for the past 3 years (2021, 2022, 2023) for each member. Candidates that can provide a financial support to the project through ECAs or other financial entities are required to demonstrate this capability with proven documentation of the lenders including provision of track record for similar project.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Description : 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 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, quality control and HSE systems and resources in place to undertake the project activities providing the following information/documents: - 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/construction 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. Candidates shall demonstrate compliance of their QHSE management systems with recognized standards,. - Candidates shall submit their safety record over the last 3 years (2021, 2022, 2023) including annual rate of injury and death of personnel. - Candidates shall demonstrate compliance of their QHSE management systems with recognized standards,. - Candidates shall demonstrate proven experience and references for relevant works: EPC contracts for compression and metering stations associated with high pressure and capacity gas pipelines. - Track record of performing similar activities in past 8 years (from 2016 to 2023) that demonstrates proven experience and references for relevant works. - Any Candidate that has not successfully completed works of comparable scale, technical scope and complexity over the last 8 years (from 2016 to 2023) shall not be invited to tender. - Candidates shall demonstrate their own track record in relation to the above; candidates shall not rely on the track record of other entities. - Candidates shall demonstrate proven capability to procure turbo compressors and other main equipment and to maintain consolidated relationship with the relevant suppliers. 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. Any candidate that has not undertaken works of comparable scale, nature, technical scope and complexity shall not be invited to Tender. The five candidates evaluated as having the highest capabilities shall be invited to tender.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents
Criterion :
Type : Quality
Name :
Description : Quality is not the only award criterion and all criteria are stated only in the procurement documents
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : http://www.igi-poseidon.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Not allowed
Justification for why electronic submission is not possible : Buyer would need specialised office equipment
Description : Candidates shall submit their expression of interest to participate in electronic format to the following email addresses: Felice.Chiappa@edison.it ; M.Folas@depa-int.gr ; Marcello.Bozzolasco@edison.it ; Giulia.Sacchetti@edison.it ; Andrea.Castoldi@edison.it
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Deposit and guarantees required will be set out in the Invitation to Tender documents
Deadline for receipt of requests to participate : 26/08/2024 12:00 +03:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Performance
Legal form that must be taken by a group of tenderers that is awarded a contract : 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. Reputable, widely recognized and suitably accredited contractors are sought.
Financial arrangement : Financing and payments will be set out in the Invitation to Tender documents

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Organisation providing additional information about the procurement procedure : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Organisation providing offline access to the procurement documents : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Organisation providing more information on the review procedures : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Organisation receiving requests to participate : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Organisation processing tenders : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA

8. Organisations

8.1 ORG-0001

Official name : NATURAL GAS SUBMARINE INTERCONNECTOR GREECE – ITALY – POSEIDON SA
Registration number : 998382239
Department : Procurement
Postal address : 207, Mesogeion Avenue
Town : Athens
Postcode : 11525
Country subdivision (NUTS) : Δυτική Αττική ( EL306 )
Country : Greece
Contact point : Procurement Department
Telephone : +30 212 8081431
Fax : +30 212 8081431
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Review organisation
Organisation providing more information on the review procedures

11. Notice information

11.1 Notice information

Notice identifier/version : 0d98ff2f-b837-4569-ae0e-9cb5eb8678b2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/07/2024 17:06 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00409521-2024
OJ S issue number : 132/2024
Publication date : 09/07/2024