Xlinks is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Marine Geophysical and Geotechnical Surveys |
Notice type: | Contract Notice - Utilities |
Authority: | Xlinks |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Marine Geophysical and Geotechnical Surveys for HVDC Interconnector Cable route between Morocco and the UK. Scope to include data acquisition, processing, charting and reporting. |
Published: | 17/12/2021 18:26 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Xlinks
Kingfisher House, 1 Radford Way, Billericay, CM120EQ, United Kingdom
Tel. +44 7894060445, 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:-Marine-survey-services./C6YJ2ER4M6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Marine Geophysical and Geotechnical Surveys
Reference Number: 650587016
II.1.2) Main CPV Code:
71354500 - Marine survey services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Marine Geophysical and Geotechnical Surveys for HVDC Interconnector Cable route between Morocco and the UK. Scope to include data acquisition, processing, charting and reporting.
II.1.5) Estimated total value:
Value excluding VAT: 13,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71355000 - Surveying services.
71332000 - Geotechnical engineering services.
71510000 - Site-investigation services.
71351923 - Bathymetric surveys services.
71352000 - Subsurface surveying services.
71352100 - Seismic services.
71352120 - Seismic data acquisition services.
71352300 - Magnetometric surveying services.
71353100 - Hydrographic surveying services.
71351500 - Ground investigation services.
71353000 - Surface surveying services.
72316000 - Data analysis services.
72314000 - Data collection and collation services.
71351710 - Geophysical prospecting services.
31321500 - Submarine cable.
76520000 - Offshore services.
II.2.3) Place of performance:
PT PORTUGAL
FR FRANCE
ES ESPAÑA
UK UNITED KINGDOM
MA Morocco
II.2.4) Description of procurement: Description of procurement: Provision of marine geophysical and geotechnical sSurveys for HVDC interconnector cable route between Morocco and the UK. Survey route is approximately 3,600km.
Xlinks is developing an HVDC interconnector between Morocco and the United Kingdom. This notice concerns the award of 1 contract for the marine geophysical, geotechnical and environmental route investigation surveys along the interconnector route between Morocco and the United Kingdom. The survey shall be carried out in a designated corridor centred on the cable route. The corridor is expected to vary with water depth but will be no less than 700m wide and the centre line distance of the cable route is expected to be approximately 3,600 km. Though these figures are subject to variation.
The route survey must provide a detailed mapping of the bathymetry, of the seabed surface including morphological and geological features and man-made-objects and of the sub-surface geology.
The scope of the assignment will include the following:
1) Nearshore and offshore geophysical and hydrographic survey; This survey is to be undertaken along the entire route. The shore-ends will use land-based observations at low tide and shallow draft vessel to ensure data coverage extends across
the entire proposed cable route from beach to beach.
This will consist of a survey using all of the following geophysical sensors - side scan sonar (SSS), multi-beam echo sounder (MBES), magnetometer, sub-bottom profiling, and grab sampling to support seabed interpretation. Supplementary geophysical and topographic survey methods will be used across the inter-tidal areas and up to the beach at the landfall(s) in each country.
2) UXO survey; Magnetometer survey to detect potential UXO
3) Nearshore and offshore geotechnical investigations; The geotechnical survey will aim to provide information of the characteristics of the subsea soils through core sampling of the seabed with Vibrocorer or Piston corer (3m or 6m below seabed); CPT tests of the seabed (3m or 6m below seabed); T-bar tests; dissipation tests; box coring; deeper boreholes (~25m) at landfall locations (nearshore/onshore) to inform potential HDD requirements; measurement of seabed temperature and conductivity; geotechnical laboratory tests (including carbon dating, x-ray) and tests of thermal properties soil samples.
4) Nearshore and offshore benthic investigations; The benthic survey components will investigate the baseline conditions. This is likely to consist of benthic grab sampling and drop-down camera imagery and laboratory work with chemical and benthic analyses.
5) Nearshore g eotechnical boreholes.
6) ROV investigations; To investigate cables crossing locations providing depth of burial through cable-tracking sensors.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: 13,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
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:
Envisaged minimum number: 4
/ Maximum number: 10
Objective criteria for choosing the limited number of cadidates: Xlinks will prequalify up to 10 applicants who are evaluated as most qualified for the specific tender. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the Scoring Criteria identified in the Prequalification Questionnaire.
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: Not provided
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
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.1.3) 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
Not Provided
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 - NO
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: 17/01/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/02/2022
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: Tenderers shall be fully responsible for the costs of responding to this procurement at all stages of the procurement and in no circumstances does Xlinks accept any liability for any costs incurred by any Tenderers, howsoever or when so ever incurred.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Billericay:-Marine-survey-services./C6YJ2ER4M6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C6YJ2ER4M6
VI.4) Procedures for review
VI.4.1) Review body:
Xlinks
Kingfisher House, 1 Radford Way, Billericay, CM12 0EQ, United Kingdom
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: 17/12/2021
Annex A
View any Notice Addenda
UK-Billericay: Marine survey services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Xlinks
Kingfisher House, 1 Radford Way, Billericay, CM120EQ, United Kingdom
Tel. +44 7894060445, Email: stephen@xlinks.co
Contact: Stephen Kennedy
Main Address: https://xlinks.co, Address of the buyer profile: www.xlinks.co
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Marine Geophysical and Geotechnical Surveys Reference number: 650587016
II.1.2) Main CPV code:
71354500 - Marine survey services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Marine Geophysical and Geotechnical Surveys for HVDC Interconnector Cable route between Morocco and the UK. Scope to include data acquisition, processing, charting and reporting.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 22/12/2021
VI.6) Original notice reference:
Notice Reference: 2021 - 391158
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 17/12/2021
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.4
Lot No: Not provided
Place of text to be modified: II.2.4
Instead of: Description of procurement: Description of procurement: Provision of marine geophysical and geotechnical sSurveys for HVDC interconnector cable route between Morocco and the UK. Survey route is approximately 3,600km.
Xlinks is developing an HVDC interconnector between Morocco and the United Kingdom. This notice concerns the award of 1 contract for the marine geophysical, geotechnical and environmental route investigation surveys along the interconnector route between Morocco and the United Kingdom. The survey shall be carried out in a designated corridor centred on the cable route. The corridor is expected to vary with water depth but will be no less than 700m wide and the centre line distance of the cable route is expected to be approximately 3,600 km. Though these figures are subject to variation.
The route survey must provide a detailed mapping of the bathymetry, of the seabed surface including morphological and geological features and man-made-objects and of the sub-surface geology.
The scope of the assignment will include the following:
1) Nearshore and offshore geophysical and hydrographic survey; This survey is to be undertaken along the entire route. The shore-ends will use land-based observations at low tide and shallow draft vessel to ensure data coverage extends across
the entire proposed cable route from beach to beach.
This will consist of a survey using all of the following geophysical sensors - side scan sonar (SSS), multi-beam echo sounder (MBES), magnetometer, sub-bottom profiling, and grab sampling to support seabed interpretation. Supplementary geophysical and topographic survey methods will be used across the inter-tidal areas and up to the beach at the landfall(s) in each country.
2) UXO survey; Magnetometer survey to detect potential UXO
3) Nearshore and offshore geotechnical investigations; The geotechnical survey will aim to provide information of the characteristics of the subsea soils through core sampling of the seabed with Vibrocorer or Piston corer (3m or 6m below seabed); CPT tests of the seabed (3m or 6m below seabed); T-bar tests; dissipation tests; box coring; deeper boreholes (~25m) at landfall locations (nearshore/onshore) to inform potential HDD requirements; measurement of seabed temperature and conductivity; geotechnical laboratory tests (including carbon dating, x-ray) and tests of thermal properties soil samples.
4) Nearshore and offshore benthic investigations; The benthic survey components will investigate the baseline conditions. This is likely to consist of benthic grab sampling and drop-down camera imagery and laboratory work with chemical and benthic analyses.
5) Nearshore g eotechnical boreholes.
6) ROV investigations; To investigate cables crossing locations providing depth of burial through cable-tracking sensors.
Read: Description of procurement: Description of procurement: Provision of marine geophysical and geotechnical sSurveys for HVDC interconnector cable route between Morocco and the UK. Survey route is approximately 3,600km.
Xlinks is developing an HVDC interconnector between Morocco and the United Kingdom. This notice concerns the award of 1 contract for the marine geophysical, geotechnical and environmental route investigation surveys along the interconnector route between Morocco and the United Kingdom. The survey shall be carried out in a designated corridor centred on the cable route. The corridor is expected to vary with water depth but will be no less than 700m wide and the centre line distance of the cable route is expected to be approximately 3,600 km. Though these figures are subject to variation.
The route survey must provide a detailed mapping of the bathymetry, of the seabed surface including morphological and geological features and man-made-objects and of the sub-surface geology.
The scope of the assignment will include the following:
1) Nearshore and offshore geophysical and hydrographic survey; This survey is to be undertaken along the entire route. The shore-ends will use land-based observations at low tide and shallow draft vessel to ensure data coverage extends across
the entire proposed cable route from beach to beach.
This will consist of a survey using all of the following geophysical sensors - side scan sonar (SSS), multi-beam echo sounder (MBES), magnetometer, sub-bottom profiling, and grab sampling to support seabed interpretation. Supplementary geophysical and topographic survey methods will be used across the inter-tidal areas and up to the beach at the landfall(s) in each country.
2) UXO survey; Magnetometer survey to detect potential UXO
3) Nearshore and offshore geotechnical investigations; The geotechnical survey will aim to provide information of the characteristics of the subsea soils through core sampling of the seabed with Vibrocorer or Piston corer (3m or 6m below seabed); CPT tests of the seabed (3m or 6m below seabed); T-bar tests; dissipation tests; box coring; deeper boreholes (~25m) at landfall locations (nearshore/onshore) to inform potential HDD requirements; measurement of seabed temperature and conductivity; geotechnical laboratory tests (including carbon dating, x-ray) and tests of thermal properties soil samples.
4) Nearshore and offshore benthic investigations; The benthic survey components will investigate the baseline conditions. This is likely to consist of benthic grab sampling and drop-down camera imagery and laboratory work with chemical and benthic analyses.
5) Nearshore g eotechnical boreholes.
6) ROV investigations; To investigate cables crossing locations providing depth of burial through cable-tracking sensors.
Xlinks will be open to offers whereby the Geophysical Surveys/Reporting is completed by 31st December 2022 and Geotechnical Surveys/Reporting may be completed by 31st July 2023.
VII.1.2) Text to be corrected in original notice No: 2
Section Number: II.2.7
Lot No: Not provided
Place of text to be modified: II.2.7
Instead of: Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
This contract is subject to renewal: No
Description of renewals: Not provided
Read: Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: No
Description of renewals: Not provided
VII.1.2) Text to be corrected in original notice No: 3
Section Number: VI.3
Lot No: Not provided
Place of text to be modified: VI.3
Instead of: Additional Information: Tenderers shall be fully responsible for the costs of responding to this procurement at all stages of the procurement and in no circumstances does Xlinks accept any liability for any costs incurred by any Tenderers, howsoever or when so ever incurred.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Billericay:-Marine-survey-services./C6YJ2ER4M6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C6YJ2ER4M6
Read: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/6K8EZ2W546
VII.2) Other additional information: Tenderers shall be fully responsible for the costs of responding to this procurement at all stages of the procurement and in no circumstances does Xlinks accept any liability for any costs incurred by any Tenderers, howsoever or when so ever incurred.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Billericay:-Marine-survey-services./C6YJ2ER4M6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C6YJ2ER4M6
Marine Geophysical and Geotechnical Surveys
UK-Billericay: Marine survey services.
Section I: Contracting Entity
I.1) Name, Addresses and Contact Point(s):
Xlinks
Kingfisher House, 1 Radford Way, Billericay, CM120EQ, 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.6) Main activity:
Electricity
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Marine Geophysical and Geotechnical Surveys
Reference number: 650587016
II.1.2) Main CPV code:
71354500 - Marine survey services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Marine Geophysical and Geotechnical Surveys for HVDC Interconnector Cable route between Morocco and the UK. Scope to include data acquisition, processing, charting and reporting.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.1) Title: Not Provided
Lot No: Not Provided
II.2.2) Additional CPV code(s):
71355000 - Surveying services.
71332000 - Geotechnical engineering services.
71510000 - Site-investigation services.
71351923 - Bathymetric surveys services.
71352000 - Subsurface surveying services.
71352100 - Seismic services.
71352120 - Seismic data acquisition services.
71352300 - Magnetometric surveying services.
71353100 - Hydrographic surveying services.
71351500 - Ground investigation services.
71353000 - Surface surveying services.
72316000 - Data analysis services.
72314000 - Data collection and collation services.
71351710 - Geophysical prospecting services.
31321500 - Submarine cable.
76520000 - Offshore services.
II.2.3) Place of performance
Nuts code:
PT - PORTUGAL
FR - FRANCE
ES - ESPAÑA
UK - UNITED KINGDOM
MA - Morocco
Main site or place of performance:
PORTUGAL
FRANCE
ESPAÑA
UNITED KINGDOM
Morocco
II.2.4) Description of the procurement: Description of procurement: Provision of marine geophysical and geotechnical Surveys for HVDC interconnector cable route between Morocco and the UK. Survey route is approximately 3,800km.
The route survey must provide a detailed mapping of the bathymetry, of the seabed surface including morphological and geological features and man-made-objects and of the sub-surface geology.
The scope of the assignment will include the following:
1) Nearshore and offshore geophysical and hydrographic survey of the entire proposed cable route from beach to beach.
2) UXO survey; Magnetometer survey to detect potential UXO
3) Nearshore and offshore geotechnical investigations.
4) Nearshore and offshore benthic investigations.
5) Nearshore geotechnical boreholes.
6) ROV investigations; To investigate cables crossing locations providing depth of burial through cable-tracking sensors.
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: No
II.2.14) Additional information: Xlinks is terminating this tender process as no bidder submitted a compliant tender, Xlinks is unable to proceed in accordance with original tender process. As a result, Xlinks intends to proceed with a new tender process with a limited number of companies, whom Xlinks will be contacting separately. To the extent that UCR 2016 may otherwise apply, the new tender is exempt pursuant to Reg 6(2)(b).
Section IV: Procedure
IV.1) Description
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: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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: 2021/S 000-031707
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information: Tenderers shall be fully responsible for the costs of responding to this procurement at all stages of the procurement and in no circumstances does Xlinks accept any liability for any costs incurred by any Tenderers, howsoever or when so ever incurred.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=682331687
VI.4) Procedures for review
VI.4.1) Review body
Xlinks
Kingfisher House, 1 Radford Way, Billericay, CM12 0EQ, United Kingdom
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 review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/04/2022