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 000-007810

Procurement identifier (OCID): ocds-h6vhtk-04e945 (view related notices)

Published 4 March 2025, 11:44am



Scope

Reference

The Subsea Soundscape (S3) Program Procurement

Description

Procurement for at-sea mooring units, equipped with state-of-the-art broadband acoustic recorders, pop-up acoustic retrieval systems & tag detection capabilities, & delivered to a workshop in Pembrokeshire, Wales. Each consisting of an acoustic release, a fish tag detector, a hydrophone, & a cetacean click-train logger. The total budget of the Contract is £303,000

Commercial tool

Establishes an open framework

Total value (estimated)

  • £303,000 excluding VAT
  • £363,600 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 21 April 2025 to 21 April 2025
  • 1 day

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

Framework

Open framework scheme end date (estimated)

1 August 2025

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Framework operation description

Bidders are required to complete the Commercial Response Document in

accordance with the ITT

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


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 contains award criteria for this lot
Name Description Type Weighting
Technical Criteria, Commercial Criteria & Social Value Criteria

CSP has allocated 50% of the overall available marks to the Technical

evaluation. 40% of the overall available marks is allocated for the

commercial evaluation and 10% for the social value evaluation.

Quality 100.00%

Other information

Payment terms

As described in the ITT

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

Supply of good


Documents

Associated tender documents

https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=327970

The Subsea Soundscape Project (S3) Open Procedure ITT

https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=327971

The Subsea Soundscape (S3) Open Procurement ITT Schedule 1

https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=327972

The Subsea Soundscape Project Procurement Commercial Response Document

https://www.sell2wales.gov.wales/Assets/NoticeBuilder_FileDownload.aspx?id=327973

Supply of Goods Agreement


Contracting authority

Celtic Sea Power Limited

  • Public Procurement Organisation Number: PYHH-5632-MHZH

Chi Gallos Hayle Marine Renewables Business Park

Hayle

TR27 4DD

United Kingdom

Contact name: Brad Davies

Email: brad.davies@celticseapower.co.uk

Website: https://celticseapower.co.uk/

Region: UKK30 - Cornwall and Isles of Scilly

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)

Devolved regulations that apply: Wales