Tender

Sea Link- Targeted Marine Surveys

  • National Grid Electricity Transmission PLC

F05: Contract notice – utilities

Notice identifier: 2022/S 000-031631

Procurement identifier (OCID): ocds-h6vhtk-038045

Published 8 November 2022, 7:47pm



Section one: Contracting entity

one.1) Name and addresses

National Grid Electricity Transmission PLC

1-3 Strand

London

WC2N5EH

Contact

Rebecca Pearson

Email

rebecca.pearson@nationalgrid.com

Country

United Kingdom

Region code

UKI32 - Westminster

Companies House

02366977

Internet address(es)

Main address

https://www.nationalgrid.com/electricity-transmission

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.ariba.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.ariba.com/

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Sea Link- Targeted Marine Surveys

two.1.2) Main CPV code

  • 71354500 - Marine survey services

two.1.3) Type of contract

Services

two.1.4) Short description

The general requirement is for targeted marine surveys of 5 specific areas (see map) between Aldeburgh (East Suffolk) and Pegwell Bay (Kent), to supplement a survey of the whole route undertaken in 2021, to inform of seabed morphology and shallow sediment structure, and to provide benthic characterisation and habitat maps.

The PQQ process is to establish market capability to carry out the required works within the time period indicated. It is the Client's intent to follow up the PQQ responses with a tendering process with a view to award a Marine Seabed Survey contract based on a detailed RFP process.

The survey scope of work covers geophysical, geotechnical and environmental sampling.

In addition to the 5 survey areas, the scope of work may potentially include an additional off-shoot survey of the main route in the near future.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Requirements for the scope are listed below:

> Obtain accurate Bathymetric (Inc. MBES/SBES) data;

> Obtain accurate high-resolution Side Scan Sonar (SSS) data;

> Obtain accurate high resolution Sub-Bottom Profiler (SBP) data;

> Obtain high quality Magnetometer data;

> Obtain high quality Benthic Grab Samples;

> Obtain high quality soil samples;

> Obtain high quality CPT/VC results;

> Obtain high quality lab testing results of soil samples;

> Data analysis and production of full and detailed Survey Reports in accordance with the Technical Specification of the survey - to be issued at RFP stage;

> Produce a conformant GIS deliverable package in accordance with the Technical Specification of the survey.

The maximum water depth of the geophysical survey area is 40m LAT and the maximum of the geotechnical survey is 50m LAT

Requirements for the scope are listed below:

> Obtain accurate Bathymetric (Inc. MBES/SBES) data;

> Obtain accurate high-resolution Side Scan Sonar (SSS) data;

> Obtain accurate high resolution Sub-Bottom Profiler (SBP) data;

> Obtain high quality Magnetometer data;

> Obtain high quality Benthic Grab Samples;

> Obtain high quality soil samples;

> Obtain high quality CPT/VC results;

> Obtain high quality lab testing results of soil samples;

> Data analysis and production of full and detailed Survey Reports in accordance with the Technical Specification of the survey - to be issued at RFP stage;

> Produce a conformant GIS deliverable package in accordance with the Technical Specification of the survey.

The maximum water depth of the geophysical survey area is 40m LAT and the maximum of the geotechnical survey is 50m LAT.

A survey has a start date of no later than June 2023, although an earlier start date is preferred but subject to an acceleration of procurement activities. All testing and reporting need to be completed no later than October 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 December 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom