Section one: Contracting authority
one.1) Name and addresses
Wave Hub Development Services Limited
Chi Gallos, North Quay,
Hayle
TR274DD
Contact
Matt Hodson
Telephone
+44 1736800290
Country
United Kingdom
NUTS code
UKK30 - Cornwall and Isles of Scilly
National registration number
10166467
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA34969
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Local Authority Subsidiary Company
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
12 months' worth of wind resource data from the Celtic Sea
two.1.2) Main CPV code
- 72313000 - Data capture services
two.1.3) Type of contract
Services
two.1.4) Short description
1.1 Wave Hub Development Services Limited (the "Authority") is issuing this invitation to tender ("ITT") in connection with the competitive procurement of 12 months' worth of wind resource data from one or two (if budget allows) point locations in the Celtic Sea ("the Project").
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38290000 - Surveying, hydrographic, oceanographic and hydrological instruments and appliances
- 31121340 - Wind farm
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
Main site or place of performance
Celtic Sea
two.2.4) Description of the procurement
The Employer requires the Consultant to provide a turnkey data delivery service for the provision of bankable metocean measurements at one or, preferably, two deployment locations in the Celtic Sea, including:
- Pre-deployment lidar onshore verification
- Pre-deployment FLS offshore verification
- Acceptance testing
- Deployment, including mooring
- O&M, including data recovery and reporting, routine inspections, planned maintenance and unplanned maintenance
- Recovery, including mooring and
- Obtaining and maintaining all required Consents.
The Service may also include the following options:
- Measurement Campaign extension, by one or two months; and/or
- Post-deployment FLS offshore verification.
Full details of the Authority's requirements are set out in the Scope in Annex B2 of Section B.
two.2.5) Award criteria
Quality criterion - Name: Number of floating lidar locations / Weighting: 10%
Quality criterion - Name: Continuity of data / Weighting: 22%
Quality criterion - Name: Mobilisation plans / Weighting: 22%
Quality criterion - Name: Compliance with Scope / Weighting: 22%
Quality criterion - Name: Social Value / Weighting: 3%
Cost criterion - Name: Total inclusive fee for 12 months' data / Weighting: 20%
Cost criterion - Name: Monthly inclusive data charge for additional services after the initial 12 months of data (if required by the Authority) / Weighting: 0.5%
Cost criterion - Name: Additional charge for post-deployment verification (if required by the Authority) / Weighting: 0.5%
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 November 2021
End date
30 April 2023
This contract is subject to renewal
Yes
Description of renewals
Measurement Campaign extension, by one or two months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The Service may also include the following options:
- Measurement Campaign extension, by one or two months; and/or
- Post-deployment FLS offshore verification
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
Cornwall Floating Offshore Wind Accelerator
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
4 October 2021
Local time
5:00pm
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: 2 November 2021
four.2.7) Conditions for opening of tenders
Date
5 October 2021
Local time
9:00am
Place
Mytenders electronic postbox
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223813.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:223813)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit