web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Swindon: Seismic equipment

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 207-427389/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Natural Environment Research Council
Postal address: Polaris House, North Star Avenue
Town: Swindon
Postal code: SN2 1ET
Country: United Kingdom
Contact Person: Thomas Ellis
Telephone: +44 1793867005
Email: Research.Tenders@uksbs.co.uk
Internet address(es):
Main address: www.uksbs.co.uk

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contractsfinder.service.gov.uk
another address:Official name: UK Shared Buisness Services Ltd
Postal address: Polaris House, North Star Avenue
Town: Swindon
Postal code: SN2 1FF
Country: United Kingdom
Contact Person: Thomas Ellis
Telephone: +44 1793867005
Email: Research.Tenders@uksbs.co.uk
Internet address(es):
Main address:

Tenders or requests to participate must be submitted:
electronically via:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: public procurement

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UK SBS RE17357 Digital Seismic Streamer.

Reference number: RE17357
II.1.2) Main CPV code: 38293000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: UK Shared Business Services Ltd on behalf of the Contracting Authority is putting in place a Contract for the purchase of a Digital Seismic Streamer.
The streamer must incorporate modern advances in technology thus it will be digital based rather than analogue. Traditional streamers contain oil filled tubing, this streamer will have no oil whatsoever thus is environmentally friendly and non-flammable.
Although BAS/NERC expect to be able to operate with a small powered winch, we require the flexibility to launch and recover by hand if the need arises.
The system must be able to log to a standard PC. Recent development has allowed for data to arrive using Ethernet technology thus the system must incorporate this technology.
The system must be expandable; it must be possible to accommodate at least 220 channels.
Delivery
Delivery is required by end of June 2018 in readiness for installation on the ship located at Cammell Laird in Birkenhead.
II.1.5) Estimated total value:
Value excluding VAT: 310000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKD7
Main site or place of performance:
Delivery will be to Campbeltown Rd, Birkenhead CH41 9BP.

II.2.4) Description of the procurement:
Construction has begun on the RRS Sir David Attenborough (SDA) — one of the most advanced polar research vessels in the world. From 2018 scientists researching oceans, ice and atmosphere will have access to state-of-the-art facilities on this floating laboratory.
The SDA will support seismic surveys .This opportunity is for the supply of a digital hydrophone streamer system to perform these surveys.
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants shall first be registered on the e-Sourcing Suite. If Bidders have not yet registered on the eSourcing Suite, this can be done online at:
by following the link ‘Supplier eSourcing Registration’.
Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a sufficient amount of time to register. Full instructions for registration and use of the system can be found at
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.u
Your email must clearly state: the name and reference for the procurement you wish to register for; Your organisations full name as a registered supplier; the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Help desk (Not UK SBS Ltd): Freephone: 0345010 3503
email: eenablement@crowncommercial.gov.uk
II.2.5) Award criteria

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

II.2.6) Estimated value:
Value excluding VAT: 310000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-12-22End: 2018-06-29
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This procurement does not lend itself to being lotted as this would not serve as a economical advantage to the contracting authority.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-11-30 Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-11-30 Local time: 11:00 Place:Electronically.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the contracting Authority be liable for any costs incurred by the candidates.
If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders. UK Shared Business Services Ltd wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations):Natural Environment Research Council (NERC).
Information and formalities necessary for evaluating if requirements are met:
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed using the instructions detailed in I.3
Closing date and time for Bidder to request RFP documents: 30.11.2017 9:00
Closing date and time for Bidder to submit their response (‘the deadline’): 30.11.2017 11:00.
VI.4) Procedures for review
VI.4.1) Review body
Official name: UK Shared Business Services Ltd
Postal address: Polaris House
Town: Swindon
Postal code: SN2 1FF
Country: United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.4.4) Service from which information about the review procedure may be obtained
Official name: UK Shared Business Services Ltd
Postal address: Polaris House
Town: Swindon
Postal code: SN2 1FF
Country: United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice:2017-10-24