UK-Swindon: Offshore drilling services.

UK-Swindon: Offshore drilling services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7562167366, Email: kate.richardson@ukri.org
Contact: Kate Richardson
Main Address: www.ukri.org
NUTS Code: UKK14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Offshore-drilling-services./42ZAPK7852
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/42ZAPK7852 to the abovementioned address
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: https://www.delta-esourcing.com/tenders/UK-title/42ZAPK7852
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-3201 New England Shelf Hydrogeology
Reference Number: UKRI-3201
II.1.2) Main CPV Code:
76320000 - Offshore drilling services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The British Geological Survey acting on behalf of the ECORD requires a marine coring capability and suitable vessel to operate offshore New England USA, for a scientific drilling, coring and groundwater sampling campaign for a period of 75 – 90 days (estimated) between May and August 2024. This scientific coring project seeks to extend our understanding of the current and past states of fluid composition, pressure and temperature in continental shelf environments. In many coastal settings worldwide, the distribution of freshwater within continental shelf sediments is far out of equilibrium with modern sea level. One of the most remarkable examples is found on the Atlantic continental shelf off New England where groundwater within shallow Pliocene-Pleistocene sand aquifers over 100 km offshore has low salinity (3000 mg/l or less). This project will test several hypotheses to help constrain rates directions and mechanisms of groundwater flow and chemical fluxes in continental shelf sys.
II.1.5) Estimated total value:
Value excluding VAT: 17,000,000
Currency: USD
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
34514000 - Floating or submersible drilling or production platforms.
43124900 - Rock-drilling equipment.
45262422 - Subsea drilling work.
76340000 - Core drilling.

II.2.3) Place of performance:
US United States

II.2.4) Description of procurement: The Contractor must be able to supply the full operational spread including a drill rig, the vessel, equipment for groundwater extraction and storage, and all personnel required to operate the spread. The drill rig must be capable of recovering core to at least 550m below seafloor in water depths of 41m to 79m.

The project requires the Contractor to provide a suitable platform from which to deploy coring apparatus to achieve near-continuous core samples (min. diameter 64mm) from seabed to a total depth (TD) of 550 mbsf (meters below sea floor) at each of 3 borehole locations.

Please see the Specification for full details.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical / Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 17,000,000
Currency: USD
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The estimated Contract value is $17,000,000


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: 2023/S 000 - 021635
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/12/2023 Time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 08/12/2023
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Offshore-drilling-services./42ZAPK7852

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/42ZAPK7852
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Swindon, SN2 1FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/11/2023

Annex A