Section one: Contracting authority
one.1) Name and addresses
Menter Mon Morlais Limited
Neuadd y Dref, Llangefni
Anglesey
LL777LR
Contact
Vicky Clishem
Telephone
+44 1248725723
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.morlaisenergy.com/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA82330
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.sell2wales.gov.wales
one.4) Type of the contracting authority
Other type
Third Party Not for Profit
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Menter Mon Morlais, Cydnerth Project, Seabed Survey (Revised Area)
Reference number
CYD.01.1
two.1.2) Main CPV code
- 71354500 - Marine survey services
two.1.3) Type of contract
Services
two.1.4) Short description
Seabed Survey - as per ITT
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71351923 - Bathymetric surveys services
- 71352110 - Seismographic surveying services
- 71352300 - Magnetometric surveying services
- 71353100 - Hydrographic surveying services
- 71354500 - Marine survey services
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
Main site or place of performance
Anglesey
two.2.4) Description of the procurement
As per ITT
two.2.5) Award criteria
Quality criterion - Name: Delivery Plan / Weighting: 30
Quality criterion - Name: Experience of Individuals / Weighting: 40
Quality criterion - Name: Risks and Challenges / Weighting: 30
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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 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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
Tender has previously been out for the longer term; contract not awarded. Tender subsequently revised and amended; requirement to accelerate for weather conditions.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-143046
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 January 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=146885.
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.sell2wales.gov.wales/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.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As per Social Value Criteria in ITT document
(WA Ref:146885)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom