Notice Information
Notice Title
Provision of Broadband Ocean-Bottom Seismographs
Notice Description
The University of Southampton sought to procure a small number (5-10 depending on cost) of broadband ocean-bottom seismographs to assess their interoperability with its existing instrument pool, with a view to expand these numbers in the mid-to-longer term. They would have been used primarily for solid Earth imaging using natural sources of seismic energy (e.g. earthquakes, ocean waves) and would also have been used in experiments that use man-made controlled seismic sources (e.g. airguns).
Lot Information
Lot 1
The Ocean-Bottom Instrumentation Facility (OBIF) has a successful track record of over 15 years of deploying a range of autonomous sensors on the seabed. OBIF is funded by the UK's Natural Environment Research Council (NERC) and operated jointly by the Universities of Southampton and Durham to support researchers in a range of environmental science disciplines. We carry out deployments in water depths ranging between 10's of m and 5500 m for periods from a few days to a year to measure parameters such as ground vibration, pressure, and electric and magnetic field strengths. OBIF currently have a fleet of 55 autonomous seabed instruments, with a physical platform (flotation, pressure tubes, acoustic releases) modified from an original Scripps Institution of Oceanography design, although the current generation of loggers are an internal OBIF design. For measuring vibrations, we currently use high-frequency sensors. We have been awarded NERC capital funding to extend our capability by purchase of a number of market-established broadband ocean-bottom seismographs. We sought to procure a small number (5-10 depending on cost) of broadband ocean-bottom seismographs to assess their interoperability with our existing instrument pool, with a view to expanding these numbers in the mid-to-longer term. They were intended to be used primarily for solid Earth imaging using natural sources of seismic energy (e.g. earthquakes, ocean waves) but would also have been used in experiments that use man-made controlled seismic sources (e.g. airguns). Additional information: This contract was NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
Renewal: There may be a further requirement to purchase more sensors from this resulting contract at the discretion of the University should future funding be assigned to this research.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029d73
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028372-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38000000 - Laboratory, optical and precision equipments (excl. glasses)
38430000 - Detection and analysis apparatus
Notice Value(s)
- Tender Value
- £375,000 £100K-£500K
- Lots Value
- £375,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Nov 20214 years ago
- Submission Deadline
- 20 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 12 Nov 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF SOUTHAMPTON
- Contact Name
- Samuel Hills
- Contact Email
- s.r.hills@soton.ac.uk
- Contact Phone
- +44 2380592654
Buyer Location
- Locality
- SOUTHAMPTON
- Postcode
- SO17 1BJ
- Post Town
- Southampton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ32 Southampton
- Delivery Location
- TLJ32 Southampton
-
- Local Authority
- Southampton
- Electoral Ward
- Portswood
- Westminster Constituency
- Southampton Test
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-029d73-2021-11-12T15:45:18Z",
"date": "2021-11-12T15:45:18Z",
"ocid": "ocds-h6vhtk-029d73",
"initiationType": "tender",
"tender": {
"id": "2020UoS-0208",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Broadband Ocean-Bottom Seismographs",
"classification": {
"scheme": "CPV",
"id": "38430000",
"description": "Detection and analysis apparatus"
},
"mainProcurementCategory": "goods",
"description": "The University of Southampton sought to procure a small number (5-10 depending on cost) of broadband ocean-bottom seismographs to assess their interoperability with its existing instrument pool, with a view to expand these numbers in the mid-to-longer term. They would have been used primarily for solid Earth imaging using natural sources of seismic energy (e.g. earthquakes, ocean waves) and would also have been used in experiments that use man-made controlled seismic sources (e.g. airguns).",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2021-04-20T12:00:00+01:00"
},
"newValue": {
"date": "2021-04-27T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of projects or requests to participate"
}
}
]
}
],
"status": "cancelled",
"value": {
"amount": 375000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Ocean-Bottom Instrumentation Facility (OBIF) has a successful track record of over 15 years of deploying a range of autonomous sensors on the seabed. OBIF is funded by the UK's Natural Environment Research Council (NERC) and operated jointly by the Universities of Southampton and Durham to support researchers in a range of environmental science disciplines. We carry out deployments in water depths ranging between 10's of m and 5500 m for periods from a few days to a year to measure parameters such as ground vibration, pressure, and electric and magnetic field strengths. OBIF currently have a fleet of 55 autonomous seabed instruments, with a physical platform (flotation, pressure tubes, acoustic releases) modified from an original Scripps Institution of Oceanography design, although the current generation of loggers are an internal OBIF design. For measuring vibrations, we currently use high-frequency sensors. We have been awarded NERC capital funding to extend our capability by purchase of a number of market-established broadband ocean-bottom seismographs. We sought to procure a small number (5-10 depending on cost) of broadband ocean-bottom seismographs to assess their interoperability with our existing instrument pool, with a view to expanding these numbers in the mid-to-longer term. They were intended to be used primarily for solid Earth imaging using natural sources of seismic energy (e.g. earthquakes, ocean waves) but would also have been used in experiments that use man-made controlled seismic sources (e.g. airguns). Additional information: This contract was NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.",
"awardCriteria": {
"criteria": [
{
"name": "Mandatory Requirements",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Desirable Requirements",
"type": "quality",
"description": "50"
},
{
"name": "Data Samples",
"type": "quality",
"description": "30"
},
{
"name": "Number of Seismographs provided for budget",
"type": "cost",
"description": "20"
}
]
},
"value": {
"amount": 375000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "There may be a further requirement to purchase more sensors from this resulting contract at the discretion of the University should future funding be assigned to this research."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
}
],
"deliveryAddresses": [
{
"region": "UKJ32"
},
{
"region": "UKJ32"
}
],
"deliveryLocation": {
"description": "The Equipment purchased from this tender exercise is to be delivered to: National Oceanography Centre Southampton (NOCS) European Way, Southampton SO14 3ZH"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton/aspx/home",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "To support the financial assessment, the University will obtain a Business Risk Report for all Potential Suppliers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe. The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: \"Moderate Risk\"; \"High Risk\"; \"Very High Risk\"; or \"Not Rated\", based on the rating provided by Creditsafe Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.",
"minimum": "Minimum level(s) of standards possibly required: Potential suppliers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels: Employers (Compulsory) Liability: PS10 million GBP per occurrence. Public Liability: PS10 million GBP per occurrence. Product Liability: PS10 million GBP per occurrence and in aggregate Professional Indemnity Insurance: PS5 million GBP per occurrence.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Tenderers attention is drawn to the MANDATORY requirements of the award criteria: A system proven by past successful deployments over a range of full ocean depths. Data examples (in miniseed form with appropriate meta-data including instrument response, station longitude, latitude, water depth, clock synchronization and any time corrections applied) should be provided as part of the tender submission, and be sufficient to enable evaluation of performance during quiescent periods and periods of seismic activity, together with periods of sensor releveling as applicable. To have a depth rating for all deployed components of at least 6000 m. Warranty and servicing All electronic components to be covered by warranty for a period of at least 12 months. Acceptance At customer discretion, acceptance will be subject to a post award deep-water systems trial to be carried out at customer cost, most likely from a UK port. The timing of this trial is negotiable within a window commencing 3 months from part to 3 months from full delivery. Delivery of complete order before 1st December 2021. Please see the File 4 Specification document for full details of all requirements of this tender.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "At the University's discretion, acceptance will be subject to a deep-water systems trial to be carried out at customer cost, most likely from a UK port. The timing of this trial is negotiable within a window commencing 3 months from part to 3 months from full delivery.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-04-20T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2021-04-20T12:01:00+01:00"
},
"bidOpening": {
"date": "2021-04-20T12:01:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-9459",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON"
},
"address": {
"streetAddress": "BUILDING 85, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ32",
"postalCode": "SO171BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Samuel Hills",
"email": "s.r.hills@soton.ac.uk",
"url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/home",
"telephone": "+44 2380592654"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.southampton.ac.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
],
"buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton/aspx/home"
}
},
{
"id": "GB-FTS-8641",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"streetAddress": "University Road",
"locality": "Southampton",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-9459",
"name": "UNIVERSITY OF SOUTHAMPTON"
},
"language": "en",
"description": "In accordance with Regulation 55(1) of the Public Contracts Regulations 2015, the University of Southampton has elected to discontinue this procurement. The University's grounds for discontinuing the procurement are to undertake a review of its procurement management to achieve a competitive, open, and transparent process. This will further enable the University to additionally review and develop its specification and requirement. Costs and Expenses: Potential suppliers/tenderers were solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances would the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs resulting from the cancellation of this procurement process, as disclosed in the original notice and supporting tender documents.",
"awards": [
{
"id": "028372-2021-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}