Contract

Provision of Broadband Ocean-Bottom Seismographs

  • UNIVERSITY OF SOUTHAMPTON

F03: Contract award notice

Notice identifier: 2021/S 000-028372

Procurement identifier (OCID): ocds-h6vhtk-029d73

Published 12 November 2021, 3:45pm



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

BUILDING 85, HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

Contact

Samuel Hills

Email

s.r.hills@soton.ac.uk

Telephone

+44 2380592654

Country

United Kingdom

NUTS code

UKJ32 - Southampton

Internet address(es)

Main address

https://www.southampton.ac.uk/

Buyer's address

https://in-tendhost.co.uk/universityofsouthampton/aspx/home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Broadband Ocean-Bottom Seismographs

Reference number

2020UoS-0208

two.1.2) Main CPV code

  • 38430000 - Detection and analysis apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University of Southampton sought to procure a small number (5-10 depending on cost) of broadband ocean-bottom seismographs to assess their interoperability with its existing instrument pool, with a view to expand these numbers in the mid-to-longer term. They would have been used primarily for solid Earth imaging using natural sources of seismic energy (e.g. earthquakes, ocean waves) and would also have been used in experiments that use man-made controlled seismic sources (e.g. airguns).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

The Equipment purchased from this tender exercise is to be delivered to:

National Oceanography Centre Southampton (NOCS)

European Way, Southampton SO14 3ZH

two.2.4) Description of the procurement

The Ocean-Bottom Instrumentation Facility (OBIF) has a successful track record of over 15 years of deploying a range of autonomous sensors on the seabed. OBIF is funded by the UK's Natural Environment Research Council (NERC) and operated jointly by the Universities of Southampton and Durham to support researchers in a range of environmental science disciplines. We carry out deployments in water depths ranging between 10's of m and 5500 m for periods from a few days to a year to measure parameters such as ground vibration, pressure, and electric and magnetic field strengths.

OBIF currently have a fleet of 55 autonomous seabed instruments, with a physical platform (flotation, pressure tubes, acoustic releases) modified from an original Scripps Institution of Oceanography design, although the current generation of loggers are an internal OBIF design. For measuring vibrations, we currently use high-frequency sensors. We have been awarded NERC capital funding to extend our capability by purchase of a number of market-established broadband ocean-bottom seismographs.

We sought to procure a small number (5-10 depending on cost) of broadband ocean-bottom seismographs to assess their interoperability with our existing instrument pool, with a view to expanding these numbers in the mid-to-longer term. They were intended to be used primarily for solid Earth imaging using natural sources of seismic energy (e.g. earthquakes, ocean waves) but would also have been used in experiments that use man-made controlled seismic sources (e.g. airguns).

two.2.5) Award criteria

Quality criterion - Name: Mandatory Requirements / Weighting: Pass/Fail

Quality criterion - Name: Desirable Requirements / Weighting: 50

Quality criterion - Name: Data Samples / Weighting: 30

Cost criterion - Name: Number of Seismographs provided for budget / Weighting: 20

two.2.11) Information about options

Options: No

two.2.14) Additional information

This contract was NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-005634


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

In accordance with Regulation 55(1) of the Public Contracts Regulations 2015, the University of Southampton has elected to discontinue this procurement.

The University's grounds for discontinuing the procurement are to undertake a review of its procurement management to achieve a competitive, open, and transparent process. This will further enable the University to additionally review and develop its specification and requirement.

Costs and Expenses: Potential suppliers/tenderers were solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances would the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process.

The University is not liable for any costs resulting from the cancellation of this procurement process, as disclosed in the original notice and supporting tender documents.

six.4) Procedures for review

six.4.1) Review body

University of Southampton

University Road

Southampton

SO17 1BJ

Country

United Kingdom