Xlinks: Framework for the Provision of Technical Advisory and Support Services.

  Xlinks is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework for the Provision of Technical Advisory and Support Services.
Notice type: Contract Notice - Utilities
Authority: Xlinks
Nature of contract: Services
Procedure: Restricted
Short Description: Xlinks is seeking to establish a Framework Agreement with suitably experienced technical advisors in relation to the Xlinks Morocco-UK Power Project, as further described below. The technical advisors framework will consist of eight (8) separate Lots, with each Lot having specific requirements to be further developed during the development phase of the project.
Published: 06/05/2022 14:59
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Billericay: Advisory and consultative engineering services. *Duplicated*
Section I: Contracting Authority
      I.1) Name and addresses
             Xlinks
             Kingfisher House 1 Radford Way Billericay CM12 0EQ, 1 Radford Way, Billericay, CM12 0EQ, United Kingdom
             Tel. +44 7568101073, Email: stephen@xlinks.co
             Contact: Stephen Kennedy
             Main Address: https://xlinks.co, Address of the buyer profile: www.xlinks.co
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Billericay:-Advisory-and-consultative-engineering-services.-*Duplicated*/635N44H596
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

      I.6) Main activity:
            Electricity

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Framework for the Provision of Technical Advisory and Support Services.       
      Reference Number: 100/011
      II.1.2) Main CPV Code:
      71318000 - Advisory and consultative engineering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Xlinks is seeking to establish a Framework Agreement with suitably experienced technical advisors in relation to the Xlinks Morocco-UK Power Project, as further described below. The technical advisors framework will consist of eight (8) separate Lots, with each Lot having specific requirements to be further developed during the development phase of the project.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,030,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination of lots.

II.2) Description
   
II.2) Description Lot No. 1
      
      II.2.1) Title: Civil Engineering/Ground Works       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71311000 - Civil engineering consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Site work - incl building/roof structures, wind loadings/forces analysis, temp works, utili-ties, CDM compliance
•Site Security – incl CNI, fencing, cameras/alarms, mobile site security
•Internals - Fire suppression/deluge, HVAC, building services, cooling systems, cladding, control rooms
•Ground conditions – incl drainage/surface water, access/traffic, roads/access ways
•Installation and route engineering – pull/forces/bends, HDD techniques, duct pulls, terminations
•Foundations, piling and other specialist ground and soil tests
•Surveys (Topographical & Geotechnical)
•Provision of skilled resources
      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: 180,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months       
   
   
II.2) Description Lot No. 2
      
      II.2.1) Title: Environment, Consents and Community       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90700000 - Environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Ecology, SSSI, habitat (e.g. animals/birds/rodents), protected species
•All Archaeological activities
•Planning, permits, licensing support and execution plans
•Stakeholder management, community support, websites
•Noise/visual disturbances and environmental screening
•Water containment, discharge and sediment management
•Land remediation, clean up and treatment
•Provision of skilled resources
•Traffic control and access management
      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: 80,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months.       
   
   
II.2) Description Lot No. 3
      
      II.2.1) Title: Marine and Offshore Services Support       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      98360000 - Marine services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Marine surveys, Geotech/geophys, landfall analysis and associated data and its management
•Vessels – CLV, cable burial and protection/ROV’s etc, CBRA/BSA etc, dredging, interface with offshore infrastructure/crossing agreements
•Fisheries liaison/guard vessels, shipping and navigation, impact on fish, marine traffic
•Route survey – specialist studies, modelling, specialist cable work/techniques e.g. pinning, stability/free-span analysis, geospacial data, UXO processes
•Provision of skilled resources
•Marine activity, vessel assurance activities including audits, procedures (Hazid/Hazop)
•Offshore stakeholder management including 3rd party crossing agreements
      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: 180,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months.       
   
   
II.2) Description Lot No. 4
      
      II.2.1) Title: Technical – Cable and Converter       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45232221 - Transformer substation.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Detailed cable knowledge including ratings, jointing, repair, lay and burial, heat/thermal performance, fault finding, acoustic/thermal measurements, cable handling/load-out, spares etc.
•Detailed converter knowledge including functionality, components (e.g. reactors, trans-formers) grid code compliance and standards, frequency containment and operability and harmonic analysis
•Substation and converter assets, connection works, protection & control and connec-tion to remote end generator networks
•Specialist technical services incl earthing, lightning protection, induced currents
•Communications – performance and adequacy of interstation comms. for converter op-erations including latency analysis and black start
•Cable monitoring DTS-DAS including contingency for fault finding e.g. TDR (or other)
•System studies, harmonic and SSTI analysis
•Provision of skilled resources
•Provision of overload and or other National Grid ancillary services (e.g. frequency re-sponse)
      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: 150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months.       
   
   
II.2) Description Lot No. 5
      
      II.2.1) Title: Quality, Process and Manufacture       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      90714500 - Environmental quality control services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Risk management, process and efficiency assessments
•Quality Assurance, audit, witness and factory testing
•Vessel capability testing, audit and assurance
•Environmental management and containment
•Safety processes/systems and authorizations
•Third Party Verification Services
•Provision of skilled resources
      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: 90,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months.       
   
   
II.2) Description Lot No. 6
      
      II.2.1) Title: Health and Safety       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Plans, Procedures and other processes
•Forms & Templates
•CDM
•Audits & Inspections
•Registers
•Emergency planning arrangements and testing
•Electrical safety rules & authorisations
•Provision of skilled resources
      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: 90,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months.       
   
   
II.2) Description Lot No. 7
      
      II.2.1) Title: Electrical Engineering, Construction and Building Services       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      71310000 - Consultative engineering and construction services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Electrical System Studies and models including transient and harmonic
•Operational scenarios
•Artificial intelligence, visual and 3D technologies
•Resilience parameters (power & telecoms)
•Communications
•Project Management resources
•Provision of skilled resources
      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: 180,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months.       
   
   
II.2) Description Lot No. 8
      
      II.2.1) Title: Procedures, Standards & Codes       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      71317000 - Hazard protection and control consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      MA Morocco
      
      II.2.4) Description of procurement: For the provision Consultancy services covering the following:
•Flood management plan
•Site waste management plan
•Air quality management plan
•Pollution prevention response plan
•Stakeholder Communication Plan
•Artificial Light Emissions Management Plan
•Watercourse Crossing Methodology
•Public rights of way management plan
•Provision of skilled resources
      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: 80,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The contract duration will depend on the achievement of financial close and completion of post close activities. Xlinks will be entitled to extend the contract by up to 12 months.       
   


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Experience of the Bidder in providing services of the type required for the relevant Lot.    
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
       Not Provided   
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
       Not Provided   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
       Not Provided      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.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: No
   
Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO              
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/05/2022 Time: 16:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/06/2022       
      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 month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: Xlinks considers that the Utilities Contracts Regulations 2016 (UCR2016) may potentially apply to the award of contracts under the framework. As a result, it is Xlinks' current intention, on a voluntary basis, to follow the procedures set out in UCR2016 as regards the award of the framework agreement.

The framework agreement will facilitate the award of contracts through both direct awards and following mini-competition amongst relevant framework consultants. The criteria for making awards are currently under development and will be advised to pre-qualified bidders who proceed to the ITT stage of this competition. It is anticipated that the criteria will include relevant experience of the consultant, availability of relevant personnel, ability to meet required timescale / programme and ability to meet target budget for a particular piece of work. The criteria may be ascribed differing levels of importance depending on the relevance / criticality of a particular criterion to a specific scope of work. Xlinks will incorporate greater flexibility to determine relevant criteria where UCR2016 are not applicable.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Billericay:-Advisory-and-consultative-engineering-services.-*Duplicated*/635N44H596

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/635N44H596
   VI.4) Procedures for review
   VI.4.1) Review body:
             Xlinks
       Kingfisher House 1 Radford Way Billericay CM12 0EQ, 1 Radford Way, Billericay, CM120EQ, United Kingdom
       Tel. +44 07568101073
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 06/05/2022

Annex A


View any Notice Addenda

View Award Notice