Tender

Menter Mon Morlais, Cydnerth Project, Seabed Survey (Revised Area)

  • Menter Mon Morlais Limited

F02: Contract notice

Notice identifier: 2024/S 000-040959

Procurement identifier (OCID): ocds-h6vhtk-04c98b

Published 19 December 2024, 12:30pm



Section one: Contracting authority

one.1) Name and addresses

Menter Mon Morlais Limited

Neuadd y Dref, Llangefni

Anglesey

LL777LR

Contact

Vicky Clishem

Email

vicky@mentermon.com

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