Scope
Reference
The Subsea Soundscape (S3) program Procurement
Description
The purpose of this Procurement is to procure for at-sea mooring units, equipped with state-of-the-art broadband acoustic recorders, pop-up acoustic retrieval systems and tag detection capabilities, and delivered to a workshop in Pembrokeshire, Wales, that will be deployed with CTD environmental sampling at service intervals to maximise data capture. S3 will deploy up to 21 remote systems across the Celtic Sea, each consisting of an acoustic release, a fish tag detector, a hydrophone, and a cetacean click-train logger. Where feasible, preference will be given to integrated solutions that combine multiple components-such as fish tag detection and acoustic release-into a single unit to enhance efficiency and deployment simplicity. The total budget of the Contract is £303,000
Total value (estimated)
- £303,000 excluding VAT
- £363,600 including VAT
Above the relevant threshold
Contract dates (estimated)
- 21 April 2025 to 1 August 2025
- 3 months, 11 days
Main procurement category
Goods
CPV classifications
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 73000000 - Research and development services and related consultancy services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
During the duration of the contract and for a period of six years afterwards the Supplier shall maintain in force the following insurance policies with reputable insurance companies:
(a) public liability insurance for not less than £5 million per claim with no limit on the number of such claims; and
(b) product liability insurance for not less than £1 million for claims arising from any single event and not less than £1 million in aggregate for all claims arising in a year; and
(c) a comprehensive policy of insurance to cover the liability of the Supplier in respect of any act or omission for which it may become liable to indemnify the Customer for arising out of or in connection with these Conditions.
On taking out and on renewing each policy, the Supplier shall promptly send a copy of the receipt for the premium to the Customer. On the Customer's written request, the Supplier shall provide the Customer with copies of the insurance policy certificates and details of the cover provided.
Technical ability conditions of participation
For the Technical Criteria, in the form of a proposal which meets each of the Requirements set out in paragraph 3 in the ITT
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
24 March 2025, 12:00pm
Tender submission deadline
31 March 2025, 12:00pm
Submission address and any special instructions
Bidders and Key Sub-Contractors must register on the Central Digital Platform (https://www.gov.uk/find-tender) and upload their organisational information. This must be done before the Tender Response Deadline.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
7 April 2025
Award criteria
Name | Description | Type |
---|---|---|
Hydrophone and integrated recorder x 23 | Essential Requirements: • Minimum sampling frequency of 192 kS/s, capable of maintaining a 50% duty cycle for at least 4 months. • Memory: Includable SD cards. Removable/swappable in field... |
Quality |
CTD (Conductivity, Temperature, Depth) Sensor x 1 | Essential Requirements: • Depth Rating: Operational to depths of up to 150 meters. • Wifi compatibility: Wireless data retrieval in field conditions. Components: • Conductivity, Temperature, and... |
Quality |
Cetacean Click Train Recorder x 21 | Essential Requirements: • Functionality: Optimized for cetacean acoustic monitoring • Manufacturers to provide compatible analysis software to ensure collected data can be processed. • Depth... |
Quality |
Fish Tag Detector x 21 | Essential Requirements: • Capabilities: Able to detect 69 kHz acoustic tags. • Depth Rating: Operational to a minimum depth of 150 meters. • Battery Life: Minimum operational duration of 6 months.... |
Quality |
Acoustic Release Device x 21 | Essential Requirements: • Depth Rating: Capable of functioning to depths of up to 150 meters. • Additional Features: Must be compatible with a manual tracking receiver. • A line canister suitable... |
Quality |
Manual Tracking Receiver & Transponder / smart hydrophone (1x/1x) | Essential Requirements: • Functionality: Equipped with GPS positioning for precise localization of acoustic release devices, detect health statistics, and monitor/decode transmitters and will trigger... |
Quality |
Key Dates | Provide an outline of how the Bidder will deliver the Scope of Work to the required schedule. Added Value: Lead Times: Short lead times for delivery of will be a high-scoring variable. Please provide a... |
Quality |
Health and Safety | Bidders will be required to confirm that they can comply in full with the health and safety obligations under the Contract, including the Services Specification |
Quality |
Weighting description
CSP will evaluate the Bidders' Tender Responses on the basis of the Most Advantageous Tender.
Bidders must:
(a) provide responses for the Technical Criteria in the form of a proposal which meets each of the Requirements set out.
(b) provide responses for the Commercial Criteria by completing the Commercial Response Document
(c) provide responses for the Social Value Criteria by responding to the question set out
(d) complete the Certificate of Tender in the form set. This requires Bidders to...
Other information
Payment terms
As described in the ITT
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
Celtic Sea Power - S3 Procurement - Open Procedure Invitation to Tender - Final.pdf
The Subsea Soundscape Project (S3) Open Procedure ITT
CSP S3 Open Procedure ITT Schedule 1 Final.pdf
The Subsea Soundscape (S3) Open Procurement ITT Schedule 1
The Subsea Soundscape Project Procurement Commercial Response Document.xlsx
The Subsea Soundscape (S3) Open Procurement- Schedule 1
Supply of Goods Agreement - Short Form (_ 500k) - Celtic Sea Power Final.pdf
Supply of Goods Agreement
Contracting authority
CELTIC SEA POWER LIMITED
- Companies House: 10166467
- Public Procurement Organisation Number: PYHH-5632-MHZH
Chi Gallos Hayle Marine Renewables Business Park
Hayle
TR27 4DD
United Kingdom
Contact name: Brad Davies
Email: tenders@celticseapower.co.uk
Website: http://www.celticseapower.co.uk
Region: UKK30 - Cornwall and Isles of Scilly
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales