Marine Subsea Survey DPS

Open

Buyers

Value

£120,000,000

Classifications

  • Marine survey services
  • Geological, geophysical and other scientific prospecting services
  • Core preparation and analysis services
  • Geological and geophysical consultancy services
  • Geophysical consultancy services
  • Geological consultancy services
  • Geology, oceanography and hydrology services
  • Bathymetric surveys services
  • Subsurface surveying services
  • Hydrographic surveying services

Tags

  • tender

Submission Deadline

5 years from now

Published

2 years ago

Description

Scottish Hydro Electric Transmission PLC (“SHET”) is inviting interested parties to apply to join the Sub Sea Marine Survey Dynamic Purchasing System (DPS) which is being issued by SHET in connection with the DPS procurement process conducted in accordance with the Utilities Contracts (Scotland) Regulations 2016 in relation to HVDC Projects. SHET is seeking to appoint a number of specialists Subsea Marine Survey companies to the DPS who can offer some or all of the required services & equipment that goes into subsea marine surveying.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 4 weeks ago
Open

Supply of Geospatial including Topographical Surveys

Supply of Geospatial including Topographical Surveys The following non- exhaustive lists cover: a) the main types of Geospatial Survey that the Company requires: i. Aerial light detection and ranging (“LiDAR”) & photogrammetric surveys ii. Bathymetric /hydrographic surveys iii. Catchment ground modelling iv. Deformation monitoring surveys v. Mapping underground features vi. Measured building surveys vii. Mobile LiDAR surveys viii. Pipeline route surveys ix. Point Cloud processing and modelling x. River cross section surveys xi. Topographical surveys xii. Terrestrial Laser Scanning xiii. Underground utility surveys, including ground penetrating radar (“GPR”) xiv. Unmanned aircraft system (“UAS”) surveys inspection & mapping (drones) xv. 3D model production b) The following general categories of detail (“Topographical Surveys”) shall be surveyed: i. Permanent buildings, porches and canopies ii. Temporary/mobile buildings iii. Boundary features: walls, fences, hedges iv. Roads, tracks, footways, paths v. Street furniture vi. Utilities plant and service covers where visible vii. Overhead utility cables viii. Drainage ix. Changes of surface x. Vegetation, individual trees/wooded areas/limits of vegetation xi. Pitches/recreation xii. Private gardens or grounds (off-Site areas) xiii. Water features including water and bed levels xiv. Earthworks, top and bottom of slopes xv. Quarries and rock faces xvi. Process structures xvii. Infrastructure plant and fixed machinery xviii. Geotechnical, boreholes, piezometers and trial pits xix. Railway features (with arranged access) xx. Ground levels xxi. Environmental, Invasive vegetation, areas of pollution / contamination (as determined by the Procurer) xxii. Any other feature likely to impact upon the proposed work

Katy Reed

Published 1 month ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Paul Midgley

[email protected]

+44 7721403676

[email protected]

+44 7721403676

Timeline active

Publish
Bid
Evaluate
Award
Complete