Section one: Contracting authority
one.1) Name and addresses
Centre for Environment, Fisheries and Aquaculture Science
Pakefield Road
Lowestoft
NR33 0HT
Contact
Jade Peek
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://defra-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra-family-force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CEFAS24-28 ITT for BEEMS Bathymetric & Bank Surveys, Sizewell, Suffolk
two.1.2) Main CPV code
- 79311000 - Survey services
two.1.3) Type of contract
Services
two.1.4) Short description
The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by Sizewell C Limited. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential new build nuclear power stations.
The purpose of this procurement is to provide bathymetric data for the Greater Sizewell Bay (GSB) to assess the geomorphological changes of the region, hence contributing to the ongoing monitoring of the Sizewell Coastline.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34513550 - Survey vessels
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Sizewell, Suffolk
two.2.4) Description of the procurement
The BEEMS (British Energy Estuarine and Marine Studies) programme is funded by Sizewell C Limited. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential new build nuclear power stations.
The purpose of this procurement is to provide bathymetric data for the Greater Sizewell Bay (GSB) to assess the geomorphological changes of the region, hence contributing to the ongoing monitoring of the Sizewell Coastline.
Two longshore bars (important geomorphological features) exist in shallow waters within the Area of Interest (AOI), with the inner bar being subaerial during some low tide periods. The results gained from the below specified surveys will support the calibration of Cefas instruments located on shore, as well as the ongoing monitoring of the Sizewell coastline. There is a high priority for the furthest landward coverage possible to be achieved by the survey, so that bathymetric data can be meshed to aerial topographic surveys of the beach, typically undertaken at low tide.
In addition to the above, the survey also seeks to obtain Side Scan Sonar (SSS), alongside multibeam data, to detect the presence of potential Sabellaria reef in the offshore infrastructure area. This area has previously been surveyed and shown to comprise outcropping Coralline Crag, which supports Sabellaria formations, and as such the data should be of high enough quality to determine and detect potential reef areas.
Cefas require two shallow water Multibeam Echosounder (MBES) bathymetric surveys to IHO Special Order (at a minimum) within the Greater Sizewell Bay (GSB) as below:
1. Spring Survey - Full extent (offshore) bank survey (MBES) undertaken in the Spring/Summer months; with data collection in nearshore AOI (MBES) and an offshore infrastructure area (MBES and SSS) to be prioritised first.
2. Nearshore Autumn survey (MBES only).
Download the Bidder Pack at https://defra-family.force.com/s/Welcome and search for CEFAS24-28 under opportunities.
two.2.5) Award criteria
Quality criterion - Name: Quality / Technical / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
15 April 2024
End date
31 December 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 11 June 2024
four.2.7) Conditions for opening of tenders
Date
8 February 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit