Tender

The Subsea Soundscape (S3) Program Procurement

  • CELTIC SEA POWER LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-007529

Procurement identifier (OCID): ocds-h6vhtk-04e8a6 (view related notices)

Published 28 February 2025, 1:39pm



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

This table displays the award criteria of the lot
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