Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Swansea University
Procurement Office, Swansea University, Singleton Park
Swansea
SA2 8PP
UK
Contact person: James Thomas
Telephone: +44 1792602779
E-mail: j.r.g.thomas@swansea.ac.uk
NUTS: UKL18
Internet address(es)
Main address: www.swansea.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0345
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of 3/Marine Energy Engineering Centre of Excellence (MEECE) Measurement Instruments
Reference number: SU55(22)
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Marine Energy Engineering Centre of Excellence (MEECE) has been part funded by the European Regional Development Fund
through the Welsh Government and the participating Higher Education Institutions and by the Swansea Bay Region City Deal.MEECE will
provide specialist knowledge, experience and capability for the benefit of the marine energy industry and is delivered by ORE Catapult and
four universities. MEECE will provide a centre for collaboration through coordinated, joint-industry / cross-industry approaches, whilst
disseminating lessons learned for future projects and improving industry productivity and effectiveness. MEECE will bring the expertise
and capabilities of Welsh universities, and of the ORE Catapult, into direct contact with technology developers and their supply chains,
supporting more innovation, and capturing and embedding that innovation in Wales. It will be based in Pembroke Port with research staff
within the university research teams. This equipment supports a range of projects in the areas of Marine Energy and Coastal Engineering.
This directly supports fundamental and applied research in decarbonisation through clean, affordable and secure energy. Prediction and
mitigation of coastal change (including sea level rise and extreme events) is a consequence of the climate emergency. The creation of jobs
in marine energy and the associated supply chain supports the blue economy.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
333 953.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
5 beam Acoustic Doppler Current Profiler (ADCP)
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL17
UKL18
UKL14
II.2.4) Description of the procurement
Tidal performance measurement requires a good understanding of the flow field through the water column. Stand-alone self-recording field instruments are required for both velocity and turbulence measurements. ADCPs will be supplied with seabed frames and moorings suitable for high flow rate environments.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
A minimum of 2 units are required, with pricing options to
purchase up to a maximum of 6 units.
Price evaluation will be conducted on the minimum number of units required.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
Acoustic Doppler Velocimeter (ADV) instruments
II.2.2) Additional CPV code(s)
38000000
34930000
II.2.3) Place of performance
NUTS code:
UKL17
UKL14
UKL18
II.2.4) Description of the procurement
Stand-alone self-recording field instruments are required for accurate reading of velocity and turbulence at a point close to the instrument,in 3 dimensions at high sample rate.
This could be Acoustic Doppler Velocimeter or an alternative technology with the same accuracy.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
A minimum of 1 unit is required, with pricing options to purchase
up to a maximum of 3 units.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 3
II.2.1) Title
Laboratory Acoustic Doppler Velocimeter (ADV) instruments
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL18
UKL17
UKL14
II.2.4) Description of the procurement
For accurate reading of velocity and turbulence at a point close to the instrument within the Swansea University wave flume and other
laboratory environments, purchase of velocity measurement systems with a smaller measurement head. This could be Acoustic Doppler
Velocimeter or an alternative technology with the same accuracy. As these are laboratory instruments, there is no requirement to be fully
waterproof.
Options:
As an alternative, please provide optional pricing for a “profiling” measurement of flow in the boundary layer.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
A minimum of 1 unit is required, with pricing options to purchase
up to a maximum of 3 units
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 4
II.2.1) Title
Surface floating / towed Acoustic Doppler Current Profiler (ADCP)
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL18
UKL17
UKL14
II.2.4) Description of the procurement
Measurement of flow from a surface floating ADCP unit, the float should contain GPS and orientation measurement to accurately locate
the measurement point. Stand-alone self recording field instruments are required for both velocity and turbulence measurements.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
A minimum of 1 unit is required, with pricing options to purchase
up to a maximum of 3 units.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 5
II.2.1) Title
Wave flume multi-axis load cells
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL18
UKL17
UKL14
II.2.4) Description of the procurement
The Coastal Engineering Laboratory of the College of Engineering heavily contributes to marine renewable energy research and
development by testing scale models of new, innovative marine energy devices and support infrastructure such as underwater cables. The
laboratory is equipped with state-of-the art wave channel, capacitance type wave gauges, Particle Imaging Velocimeter, a Laser Doppler
Velocimeter and a bed profiler.
However, the laboratory lacks the capacity to measure forces on marine energy devices, which is an essential component of marine energy
device and infrastructure testing. We will purchase inertial measurement units to track movements and acceleration.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
A minimum of 1 unit is required, with pricing options to purchase
up to a maximum of 3 units
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 6
II.2.1) Title
Current flume wave paddle
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL18
UKL17
UKL14
II.2.4) Description of the procurement
This device will expand the equipment available in the fluid labs for undergraduate and postgraduate students research for small
experiments including waves and currents. The wave paddle will be included in the Armfield S6-MKIII Glass Sided Tilting current flume
(cross section 300mm wide x 450mm max depth) available in the fluid laboratory (flow rate 38 l/s max). This laboratory lacks the capacity
to measure waves in the flume, which is an essential component of some of the modules in the Faculty of Science and engineering. We will
add this device to the pre-existent current flume available in the fluid lab.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
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:
Yes
Lot No: 7
II.2.1) Title
High speed camera
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL18
UKL17
UKL14
II.2.4) Description of the procurement
The high-speed camera will be used to enhance measurement in a range of experiments relevant to marine renewable energy. The camera
will be used to investigate platform motion for floating marine renewable devices; to investigate vegetated coastal areas as green coastal
defences (high speed video camera will be used to capture flow field within vegetation); to investigate the dynamic deflection of fixed
marine renewable energy related structure under wave loading and to investigate wave-structure interaction in very high resolution.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
One unit required, with pricing options to purchase up to a
maximum of 2 units.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 8
II.2.1) Title
Acoustic suspended sediment profiler - lab
II.2.2) Additional CPV code(s)
38000000
II.2.3) Place of performance
NUTS code:
UKL18
UKL17
UKL14
II.2.4) Description of the procurement
A device to measure sediment in suspension at laboratory scale and to do suspended sediment research. To be used to measure sediment
profiles in vegetated coastal areas and measuring turbulence around breaking waves.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
A minimum of 1 unit is required, with pricing options to purchase up to
a maximum of 2 units.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 096-266989
Section V: Award of contract
Lot No: 1
Title: 5 beam Acoustic Doppler Current Profiler (ADCP)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/09/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Nortek UK
W1/38 National Oceanography Centre
Southampton
SO143ZH
UK
NUTS: UKJ32
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 148 875.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Acoustic Doppler Velocimeter (ADV) instruments
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
20/09/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Nortek UK
Ground Floor, Endeavour House, Meridians Cross, 7 Ocean Way, Ocean Village
Southampton
SO143TJ
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 24 100.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Laboratory Acoustic Doppler Velocimeter (ADV) instruments
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Lot No: 4
Title: Surface floating / towed Acoustic Doppler Current Profiler (ADCP)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
24/01/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
HR WALLINGFORD LTD
HR WALLINGFORD LTD, HR Wallingford Limited Howbery Park
WALLINGFORD
OX108BA
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 60 950.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Wave flume multi-axis load cells
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section V: Award of contract
Lot No: 6
Title: Current flume wave paddle
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/11/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Armfield Ltd
Unit 10, Headlands Business Park, Salisbury Road
Ringwood
BH243PB
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 56 125.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: High speed camera
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/10/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DANTEC DYNAMICS LTD
Unit 16, Garonor Way, Royal Portbury Dock
Bristol
BS207XE
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 43 902.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 8
Title: Acoustic suspended sediment profiler - lab
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information
(WA Ref:128443)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
24/01/2023