Tender

CEFAS24-07 ITT for the provision to provide subtidal Sabellaria surveys at Hinkley Point C

  • Centre for Environment, Fisheries and Aquaculture Science

F02: Contract notice

Notice identifier: 2024/S 000-031654

Procurement identifier (OCID): ocds-h6vhtk-04a54a

Published 3 October 2024, 10:53am



The closing date and time has been changed to:

5 November 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Centre for Environment, Fisheries and Aquaculture Science

Pakefield Road

Lowestoft

NR33 0HT

Contact

Jade Peek

Email

procure@cefas.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.cefas.co.uk/

Buyer's address

https://defra-family.force.com/s/Welcome

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://defra-family-force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CEFAS24-07 ITT for the provision to provide subtidal Sabellaria surveys at Hinkley Point C

two.1.2) Main CPV code

  • 79311000 - Survey services

two.1.3) Type of contract

Services

two.1.4) Short description

Cefas require a supplier to conduct subtidal monitoring surveys for the Hinkley Point C (HPC) Nuclear New Build (NNB) project to meet regulatory environmental monitoring requirements.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34513550 - Survey vessels

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Hinkley BEEMS (British EDF Estuarine and Marine Studies) programme is funded by New Nuclear Build Generation Company (HPC) Ltd. Through this programme, Cefas provide authoritative scientific information on the marine and transitional waters in the vicinity of potential new build nuclear power stations and require a competent supplier to deliver the following;

Cefas require a supplier to conduct subtidal monitoring surveys for the Hinkley Point C (HPC) Nuclear New Build (NNB) project to meet regulatory environmental monitoring requirements. At HPC, the Sabellaria spp. monitoring programme focuses on mapping and assessing the condition (i.e. reefiness) of the subtidal biogenic reefs present on the seabed at Hinkley Point.
The objective of the proposed surveys is to measure the spatial extent of the Sabellaria spp. by collecting high-resolution Side Scan Sonar (SSS) data of the area of interest and to ground-truth an area of the seabed with an Adaptive Resolution Imaging Sonar (ARIS) camera (Sound Metrics ARIS Explorer 3000) and RT3 rotator to confirm the seabed type and the presence or absence of Sabellaria spp. tube aggregations.

A survey is required in Autumn/Winter for Financial Year 24/25 (November 2024 – February 2025) and a second survey in Spring (April/May) 2025. The specified ‘Sound Metrics ARIS Explorer 3000’ is required to ensure quality and data consistency with the previous survey, and therefore it is a requirement for the supplier to either own or be able to hire, the equipment for the survey. The Autumn/Winter survey extent comprises an area of 9.7 km2, with the Spring survey extent 5.3 km2, extending to approximately 4.5 km offshore from Hinkley Point

Download the Bidder Pack at https://defra-family.force.com/s/Welcome and search for CEFAS24-07 under opportunities.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Cost / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £150,000

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

Start date

29 November 2024

End date

30 June 2025

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Originally published as:

Date

4 November 2024

Local time

12:00pm

Changed to:

Date

5 November 2024

Local time

12:00pm

See the change notice.

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 October 2024

Local time

11:00am


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

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit