Tender

The Subsea Soundscape (S3) Program Procurement

CELTIC SEA POWER LIMITED

This public procurement record has 2 releases in its history.

TenderCancellation

07 Apr 2025 at 14:51

Tender

28 Feb 2025 at 13:39

Summary of the contracting process

The procurement process for the Subsea Soundscape (S3) program initiated by Celtic Sea Power Limited, a sub-central government public authority based in Hayle, United Kingdom, has gone through a tender and cancellation phase. The procurement, aimed at acquiring state-of-the-art broadband acoustic recorders and ancillary mooring units for deployment across the Celtic Sea, had an initial tender period ending on 31st March 2025, with final evaluation and termination on 7th April 2025. Despite thorough evaluation, the contract was not awarded due to bidders not meeting technical requirements and concerns over interoperability, leading to the procurement's termination on the said date.

This cancelled tender indicates potential opportunities for businesses specialising in marine technology and environmental sampling equipment to closely examine and prepare for future tenders. Suppliers providing integrated and advanced solutions for acoustic monitoring, fish tag detection, hydrophone recordings, and CTD environmental sensors with robust technical and operational capabilities could gain an advantage. SMEs with expertise in precision underwater equipment, data collection, and marine environmental services would be particularly well-suited to compete in the renewed or similar procurement processes, potentially enhancing their business growth in the marine renewables sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Subsea Soundscape (S3) Program Procurement

Notice Description

The purpose of this Procurement is to procure for at-sea mooring units, equipped with state-of-the-art broadband acoustic recorders, pop-up acoustic retrieval systems and tag detection capabilities, and delivered to a workshop in Pembrokeshire, Wales, that will be deployed with CTD environmental sampling at service intervals to maximise data capture. S3 will deploy up to 21 remote systems across the Celtic Sea, each consisting of an acoustic release, a fish tag detector, a hydrophone, and a cetacean click-train logger. Where feasible, preference will be given to integrated solutions that combine multiple components-such as fish tag detection and acoustic release-into a single unit to enhance efficiency and deployment simplicity. The total budget of the Contract is PS303,000

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e8a6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013457-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

73 - Research and development services and related consultancy services


CPV Codes

38000000 - Laboratory, optical and precision equipments (excl. glasses)

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
£303,000 £100K-£500K
Lots Value
£303,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Apr 202510 months ago
Submission Deadline
31 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
20 Apr 2025 - 1 Aug 2025 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CELTIC SEA POWER LIMITED
Additional Buyers

MISSING

Contact Name
Brad Davies
Contact Email
tenders@celticseapower.co.uk
Contact Phone
Not specified

Buyer Location

Locality
HAYLE
Postcode
TR27 4DD
Post Town
Truro
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK3 Cornwall and Isles of Scilly
Small Region (ITL 3)
TLK30 Cornwall and Isles of Scilly
Delivery Location
Not specified

Local Authority
Cornwall
Electoral Ward
Gwinear-Gwithian & Hayle East
Westminster Constituency
Camborne and Redruth

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04e8a6-2025-04-07T15:51:39+01:00",
    "date": "2025-04-07T15:51:39+01:00",
    "ocid": "ocds-h6vhtk-04e8a6",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-10166467",
            "name": "CELTIC SEA POWER LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "10166467"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PYHH-5632-MHZH"
                }
            ],
            "address": {
                "streetAddress": "Chi Gallos Hayle Marine Renewables Business Park",
                "locality": "Hayle",
                "postalCode": "TR27 4DD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK30"
            },
            "contactPoint": {
                "name": "Brad Davies",
                "email": "tenders@celticseapower.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.celticseapower.co.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "id": "GB-WLS",
                        "description": "Welsh devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-10166467",
        "name": "CELTIC SEA POWER LIMITED"
    },
    "tender": {
        "id": "The Subsea Soundscape (S3) program Procurement",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "The Subsea Soundscape (S3) Program Procurement",
        "description": "The purpose of this Procurement is to procure for at-sea mooring units, equipped with state-of-the-art broadband acoustic recorders, pop-up acoustic retrieval systems and tag detection capabilities, and delivered to a workshop in Pembrokeshire, Wales, that will be deployed with CTD environmental sampling at service intervals to maximise data capture. S3 will deploy up to 21 remote systems across the Celtic Sea, each consisting of an acoustic release, a fish tag detector, a hydrophone, and a cetacean click-train logger. Where feasible, preference will be given to integrated solutions that combine multiple components-such as fish tag detection and acoustic release-into a single unit to enhance efficiency and deployment simplicity. The total budget of the Contract is PS303,000",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 363600,
            "amount": 303000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "submissionMethodDetails": "Bidders and Key Sub-Contractors must register on the Central Digital Platform (https://www.gov.uk/find-tender) and upload their organisational information. This must be done before the Tender Response Deadline.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-03-31T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-03-24T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2025-04-07T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 363600,
                    "amount": 303000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "CSP will evaluate the Bidders' Tender Responses on the basis of the Most Advantageous Tender. Bidders must: (a) provide responses for the Technical Criteria in the form of a proposal which meets each of the Requirements set out. (b) provide responses for the Commercial Criteria by completing the Commercial Response Document (c) provide responses for the Social Value Criteria by responding to the question set out (d) complete the Certificate of Tender in the form set. This requires Bidders to unconditionally accept the terms of the Contract. A Tender Response shall \"Fail\" and be rejected if the Bidder does not confirm it unconditionally accepts the terms of the Contract. If the successful Bidder attempts to make amendments before entering into the Contract, CSP reserves the right to exclude the Bidder and award the Contract to the next ranked bidder in the Procurement. .",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Hydrophone and integrated recorder x 23",
                            "description": "Essential Requirements: * Minimum sampling frequency of 192 kS/s, capable of maintaining a 50% duty cycle for at least 4 months. * Memory: Includable SD cards. Removable/swappable in field conditions. * Power Supply: Removable/swappable in field conditions. * Software: Real-time re/deployment software operable in field conditions. * Housing: Watertight/pressure-tight housing rated to 150 meters (maximum depth). * Hydrophone integrated into recorder body, ensuring consistent angle positioning. * Mounting brackets for attachment to underwater mooring or sub surface line Added Value: * Ability to collect data at the specified rates for 6 months. * Preferred rechargeable power system (batteries). * Multiple Channels: Enable \"low\" frequency and \"high\" frequency sampling on differing duty cycles. * Variable Gain functionality for enhanced adaptability."
                        },
                        {
                            "type": "quality",
                            "name": "CTD (Conductivity, Temperature, Depth) Sensor x 1",
                            "description": "Essential Requirements: * Depth Rating: Operational to depths of up to 150 meters. * Wifi compatibility: Wireless data retrieval in field conditions. Components: * Conductivity, Temperature, and Depth sensor. * Protection during deployment and retrieval. * Transit Case Added Value: * Lead Times: Short lead times for delivery of 1 unit will be a high scoring variable. This will be assessed via the evaluation matrix. This consists of various questions with a pass/failure or scored criteria."
                        },
                        {
                            "type": "quality",
                            "name": "Cetacean Click Train Recorder x 21",
                            "description": "Essential Requirements: * Functionality: Optimized for cetacean acoustic monitoring * Manufacturers to provide compatible analysis software to ensure collected data can be processed. * Depth Rating: Operational to a minimum depth of 150 meters. * Battery Life: Capable of operating for a minimum of 6 months with at least a 50% duty cycle. Added Value: * Lead Times: Short lead times for delivery of 21 units will be a high scoring variable. This will be assessed via the valuation matrix. This consists of various questions with a pass/failure or scored criteria."
                        },
                        {
                            "type": "quality",
                            "name": "Fish Tag Detector x 21",
                            "description": "Essential Requirements: * Capabilities: Able to detect 69 kHz acoustic tags. * Depth Rating: Operational to a minimum depth of 150 meters. * Battery Life: Minimum operational duration of 6 months. * Power Management: Programmable power levels to optimize performance and extend battery life. Added Value: * Integration Preference: Suppliers who can offer an integrated fish tag detector and acoustic release system, where feasible, will be awarded higher scores for design efficiency and deployment simplicity. * Lead Times: Short lead times for delivery of 21 units will be a high scoring variable. This will be assessed via the evaluation matrix. This consists of various questions with a pass/failure or scored criteria."
                        },
                        {
                            "type": "quality",
                            "name": "Acoustic Release Device x 21",
                            "description": "Essential Requirements: * Depth Rating: Capable of functioning to depths of up to 150 meters. * Additional Features: Must be compatible with a manual tracking receiver. * A line canister suitable to store a minimum of 200 m of recovery line suitable to lift the deployed equipment back to surface and vessel deck. Mooring weight is around 120 kg plus another ~ 30 kg sensors = 150 kg actual dry weight ( x 3 for safety factor = ~ 500 kg breaking strength for the recovery line). Added Value: * Battery life: A minimum battery life of 6 months, but preference for 9 months or more. * Integrated failsafe mechanism / timed release * Lead Times: Short lead times for delivery of 21 units will be a high scoring variable. This will be assessed via the evaluation matrix. This consists of various questions with a pass/failure or scored criteria."
                        },
                        {
                            "type": "quality",
                            "name": "Manual Tracking Receiver & Transponder / smart hydrophone (1x/1x)",
                            "description": "Essential Requirements: * Functionality: Equipped with GPS positioning for precise localization of acoustic release devices, detect health statistics, and monitor/decode transmitters and will trigger the acoustic release system. Added Value: * Lead Times: Short lead times for delivery of 1 unit will be a high scoring variable. This will be assessed via the evaluation matrix. This consists of various questions with a pass/failure or scored criteria."
                        },
                        {
                            "type": "quality",
                            "name": "Key Dates",
                            "description": "Provide an outline of how the Bidder will deliver the Scope of Work to the required schedule. Added Value: Lead Times: Short lead times for delivery of will be a high-scoring variable. Please provide a Gantt chart for the project schedule and a list of key dates for assessment."
                        },
                        {
                            "type": "quality",
                            "name": "Health and Safety",
                            "description": "Bidders will be required to confirm that they can comply in full with the health and safety obligations under the Contract, including the Services Specification"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "During the duration of the contract and for a period of six years afterwards the Supplier shall maintain in force the following insurance policies with reputable insurance companies: (a) public liability insurance for not less than PS5 million per claim with no limit on the number of such claims; and (b) product liability insurance for not less than PS1 million for claims arising from any single event and not less than PS1 million in aggregate for all claims arising in a year; and (c) a comprehensive policy of insurance to cover the liability of the Supplier in respect of any act or omission for which it may become liable to indemnify the Customer for arising out of or in connection with these Conditions. On taking out and on renewing each policy, the Supplier shall promptly send a copy of the receipt for the premium to the Customer. On the Customer's written request, the Supplier shall provide the Customer with copies of the insurance policy certificates and details of the cover provided."
                        },
                        {
                            "type": "technical",
                            "description": "For the Technical Criteria, in the form of a proposal which meets each of the Requirements set out in paragraph 3 in the ITT"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-04-21T00:00:00+01:00",
                    "endDate": "2025-08-01T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-38",
                "documentType": "biddingDocuments",
                "description": "The Subsea Soundscape Project (S3) Open Procedure ITT",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-38",
                "format": "application/pdf"
            },
            {
                "id": "A-39",
                "documentType": "biddingDocuments",
                "description": "The Subsea Soundscape (S3) Open Procurement ITT Schedule 1",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-39",
                "format": "application/pdf"
            },
            {
                "id": "A-40",
                "documentType": "biddingDocuments",
                "description": "The Subsea Soundscape (S3) Open Procurement- Schedule 1",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-40",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "A-41",
                "documentType": "biddingDocuments",
                "description": "Supply of Goods Agreement",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-41",
                "format": "application/pdf"
            },
            {
                "id": "007529-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007529-2025",
                "datePublished": "2025-02-28T13:39:23Z",
                "format": "text/html"
            },
            {
                "id": "013457-2025",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/013457-2025",
                "datePublished": "2025-04-07T15:51:39+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As described in the ITT"
        }
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "This Termination Notice in regard to UK Notice 4: Publication reference: 2025/S 000-007529 Tender Notice for The Subsea Soundscape (S3) Programme Procurement and following an evaluation of tenders received , the contracting authority has decided not to award the contract, the contracting authority has made the decision not to award the public contract on Monday 7th April 20225 as none of the bidders meet the six technical requirements set out in the ITT and due to concerns re interoperability there is no alternative but to terminate the existing procurement.",
            "finalStatusDate": "2025-04-07T00:00:00+01:00",
            "relatedLots": [
                "1"
            ]
        }
    ]
}