wave hub installed asset rov & bathymetry …...wave hub installed asset rov & bathymetry...
Post on 25-Feb-2020
7 Views
Preview:
TRANSCRIPT
CONFIDENTIAL: Publication of any part of this document (or any Substantially similar or resulting document) to any third party is strictly
prohibited, except insofar as authorised by Wave Hub Limited or Offshore Marine Management Limited. Any unauthorised publication of any
part of this document (or any Substantially similar or resulting document) shall constitute a breach of confidence, and shall result in legal action.
Invitation to Tender (ITT):
Wave Hub Installed Asset ROV &
Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 1 of 52
Contents
Part A – Project Overview & Tender Conditions ............................................................................. 7
1.0 Introduction ....................................................................................................................... 8
1.1 Current Site Markings..................................................................................................... 9
1.2 Purpose of Document ..................................................................................................... 9
2.0 Tender Conditions and Contractual Requirements ............................................................. 10
2.1 Contracting requirements............................................................................................. 10
2.1.1 General Policy / Mandatory Requirements .................................................................................... 10
2.2 General Tender Conditions (‘Tender Conditions’) .......................................................... 10
2.2.1 Application of these Tender Conditions ......................................................................................... 10
2.2.2 Third Party Verifications ................................................................................................................. 11
2.2.3 Information Provided to Potential CONTRACTORs ......................................................................... 11
2.2.4 Potential CONTRACTORs to make their own enquires ................................................................... 11
2.2.5 Amendments to the ITT .................................................................................................................. 11
2.2.6 Compliance of Tender Response Submission ................................................................................. 11
2.2.7 Format of Tender Response Submission ........................................................................................ 11
2.2.8 Modifications to Tender Response Documents once Submitted ................................................... 12
2.2.9 Rejection of Tender Responses or other Documents ..................................................................... 12
2.2.10 Disqualification ............................................................................................................................... 12
2.2.11 Tender Costs ................................................................................................................................... 13
2.2.12 Rights to cancel or vary this Procurement Process ........................................................................ 13
2.2.13 Consortium Members and Sub-CONTRACTORs.............................................................................. 13
2.2.14 Liability ........................................................................................................................................... 13
2.3 Confidentiality and Information Governance ................................................................ 13
2.3.1 Confidentiality ................................................................................................................................ 13
2.3.2 Freedom of Information ................................................................................................................. 14
2.3.3 Protective Markings ........................................................................................................................ 15
2.3.4 Personal Data ................................................................................................................................. 15
Part B - Information Schedules & Tendering Instructions ............................................................. 16
1.0 Tender Validity ................................................................................................................. 17
2.0 Pricing Approach ............................................................................................................... 18
3.0 Key background Documents and Further Information ........................................................ 19
4.0 Timescales ........................................................................................................................ 20
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 2 of 52
5.0 Instructions for Responding .............................................................................................. 21
5.1 General Response Instructions ..................................................................................... 21
6.0 Tender Submission ............................................................................................................ 22
6.1 General ........................................................................................................................ 22
6.2 Tender Submission – General ....................................................................................... 22
6.3 Technical Submission ................................................................................................... 22
6.3.1 Tenderer & Organisation ................................................................................................................ 22
6.3.2 Quality, Health, Safety & Environment .......................................................................................... 22
6.3.3 Detailed Technical Proposal ........................................................................................................... 22
6.4 Commercial Submission ............................................................................................... 23
6.4.1 Pricing & Milestone Payment Schedule OM-287-TA-001 ............................................................... 23
6.4.2 Milestone Payment Schedule ......................................................................................................... 23
6.4.3 Project Completion Schedule ......................................................................................................... 23
6.4.4 Cancelation Profile ......................................................................................................................... 24
6.5 Tender Content Summary............................................................................................. 24
6.6 CONTRACTOR Insurance Requirements......................................................................... 25
7.0 Tender Submission Instructions ......................................................................................... 26
8.0 Technical Clarification Requests ........................................................................................ 27
9.0 Evaluation & Award Criteria .............................................................................................. 28
9.1 Evaluation Stages ......................................................................................................... 28
9.2 Award Criteria.............................................................................................................. 28
9.3 Scoring Model .............................................................................................................. 28
9.4 Commercial Evaluation ................................................................................................. 29
9.4.1 Contract Price ................................................................................................................................. 29
9.4.2 Project Completion Schedule Evaluation ....................................................................................... 30
9.4.3 Insurances Evaluation ..................................................................................................................... 30
9.5 Moderation & Application of Weightings ...................................................................... 30
9.6 The Winning Tender Response ..................................................................................... 30
Part C – Scope of Work ............................................................................................................... 31
1.0 Scope of Work .................................................................................................................. 32
1.1 Project Brief ................................................................................................................. 32
1.2 General ........................................................................................................................ 32
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 3 of 52
1.3 Survey Scope ............................................................................................................... 33
1.4 Documentation: ........................................................................................................... 34
1.5 Planning & Scheduling .................................................................................................. 34
1.6 Subcontractors ............................................................................................................. 35
2.0 Survey Specification .......................................................................................................... 36
2.1 Survey Area ................................................................................................................. 36
2.2 Permits ........................................................................................................................ 36
2.3 Survey Vessel ............................................................................................................... 36
2.4 Navigational Safety ...................................................................................................... 37
2.5 Personnel .................................................................................................................... 37
2.6 Geodetic Parameters .................................................................................................... 38
2.6.1 Horizontal Control .......................................................................................................................... 38
2.6.2 Vertical Control ............................................................................................................................... 38
2.7 Surface Positioning ...................................................................................................... 39
2.8 Sub-Surface Positioning ................................................................................................ 39
2.9 Vessel Heading ............................................................................................................. 39
2.10 Computer Systems ....................................................................................................... 40
2.10.1 Online Systems ............................................................................................................................... 40
2.10.2 Offline Systems ............................................................................................................................... 40
2.11 Survey Equipment ........................................................................................................ 41
2.12 Remotely Operated Vehicle (ROV) ................................................................................ 41
2.13 Mobilisation & Calibrations .......................................................................................... 41
2.14 Data Acquisition ........................................................................................................... 42
2.14.1 Data Security .................................................................................................................................. 42
2.14.2 Data Storage ................................................................................................................................... 43
2.14.3 Data Processing .............................................................................................................................. 43
2.15 Deliverables ................................................................................................................. 44
2.15.1 Pre-Works Deliverables .................................................................................................................. 44
2.15.2 Post-Works Deliverables ................................................................................................................. 45
2.15.3 Daily Progress Reporting ................................................................................................................ 45
2.15.4 Reporting & Charting ...................................................................................................................... 46
2.15.5 Data Formatting.............................................................................................................................. 46
2.15.6 Metadata ........................................................................................................................................ 46
3.0 Health, Safety Environment & Quality ............................................................................... 48
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 4 of 52
3.1 Health and Safety Management System ....................................................................... 48
3.2 Competency and Co-ordination of Subcontractors ........................................................ 48
3.3 Site Induction & Access ................................................................................................ 49
3.4 Contractors Health, Safety & Environmental Representative ......................................... 49
3.5 Hazard Identification & Risk Assessments ..................................................................... 49
3.6 Personal Protective Equipment..................................................................................... 50
3.7 Incident and Accident Reporting & Investigation ........................................................... 50
3.8 Quality Control ............................................................................................................ 50
Appendices ............................................................................................................................ 51
Figures: Figure 1 Wave Hub Location Map. ................................................................................................... 9
Figure 2 Data Processing Flow Diagram. ........................................................................................ 44
Tables: Table 1 Table of Definitions ............................................................................................................. 5
Table 2 Table of Abbreviations ........................................................................................................ 6
Table 3 Procurement Timescales .................................................................................................. 20
Table 4 Tender Submission Content Summary. ............................................................................ 25
Table 5 Award Criteria Weightings ................................................................................................ 28
Table 6 Scoring Model Interpretations .......................................................................................... 29
Table 7 Project Completion Schedule Evaluation Criteria ............................................................. 30
Table 8 Insurance Evaluation Criteria. ........................................................................................... 30
Table 9 Operational Weather Criteria Template. .......................................................................... 36
Table 10 Geodetic Parameters ........................................................................................................ 38
Table 11 Projection Parameters ...................................................................................................... 38
Table 12 Vertical Datum Parameters .............................................................................................. 38
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 5 of 52
Definitions & Abbreviations Definition Description COMPANY Wave Hub Ltd and its appointed authorised representatives and
agents.
Offshore Marine Management Organisation contracted by the COMPANY to undertake the procurement of services in support of the Wave Hub installed asset ROV and bathymetry survey, 2017.
CONTRACTOR Organisation(s) responsible for the supply of materials, equipment or services to COMPANY.
Tenderer Organisation providing a tender for the supply of materials, equipment or services to COMPANY.
Sub-Contractor Any party entering into a contractual agreement with the CONTRACTOR for performance of any part of the work.
Works All permanent and temporary activities defined in this document and its associated referenced documents and drawings together with all other activities necessary for the successful completion of the Contract intention, whether explicitly stated or implied.
Will Indicates mandatory requirements.
Should Indicates preferred course of action.
May Indicates optional course of action. Table 1 Table of Definitions
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 6 of 52
Definition Description AIS Automated Identification System
ALARP As Low As Reasonably Practical
CDM Construction Design Management Regulations
COG Centre of Gravity
CRP Central Reference Point
CSWIP Certification Scheme for Welding & Inspection Personnel
CV Curriculum Vitae
DGPS Differential Global Positioning System
DMC Dry Mate Connector
DP Dynamic Positioning
DTM Digital Terrain Model
EIR Environmental Information Regulations
FOIA Freedom of Information Act
GIS Geographical Information System
GPS Global Positioning System
HDD Hard Disk Drive
HIRA Hazard Identification & Risk Assessment
HSEQ Health, Safety, Environment and Quality
Hz Hertz
IHO International Hydrographic Organisation
IMO International Maritime Organisation
ISM International Safety Management
ISO International Standards Organisation
ITT Invitation to Tender
kHz Kilohertz
km Kilometer
Kp Kilometer Point
LAT Lowest Astronomical Tide
m Metre
MARPOL Marine Pollution
MDR Master Document Register
MBES Multibeam Echo Sounder
RAMS Risk Assessed Method Statements
RINEX Receiver Independent Exchange Format
ROV Remotely Operated Vehicle
RTK Real Time Kinematic
SCV Small Commercial Vessels
SOLAS Safety of Life at Sea
SOW Scope of Work
TDU Terminal Distribution Unit
UKHO United Kingdom Hydrographic Office
UKOOA UK Offshore Operators Association
USBL Ultra-Short Baseline (hydro-acoustic positioning system)
UTM Universal Transverse Mercator
VHF Very High Frequency
VORF Vertical Offshore Reference Frame
WEC Wave Energy Converter
WGS84 World Geodetic System 1984 Table 2 Table of Abbreviations
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 7 of 52
Part A – Project Overview & Tender Conditions
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 8 of 52
1.0 Introduction Wave Hub is the world’s largest and most technologically advanced facility for pre-commercial
demonstration of wave energy converter arrays. The site is located approximately 10 nautical
miles (16km) from Hayle on the north coast of Cornwall.
Wave Hub was purpose built to provide developers with the opportunity to demonstrate an
array of wave energy converters over several years on a grid-connected site with a realistic,
monitored and well-understood marine environment.
The 8-square km offshore Wave Hub deployment site is connected to the shoreline beach joint
via a live 33kV subsea power cable, approximately 25km long and presented on all UKHO
admiralty charts of the area. It is buried wherever possible inshore. Further offshore the export
cable is protected with a rock berm.
At the termination of the main subsea export cable offshore is the Wave Hub – the Subsea
Cable Junction – also covered by a rock berm and at the centre of the consented and charted
Wave Hub Safety Zone (500m diameter).
The Wave Hub offshore deployment site has the following general attributes:
Fully consented 1950m x 3950m offshore deployment site which is included on all UKHO admiralty charts of the area and additionally on KIS-ORCA Fisherman Awareness Charts.
o Flexible Developer berthing arrangements. Each project is designated an area of sea with clear access gates and safety buffers to prevent vessel and infrastructure conflicts and foster cooperative working. Wave Hub Ltd, acting as landlord, also maintains an overall site safety monitoring and central communications function.
o Four Developer electrical connection points: o Radiating out from the Wave Hub and staggered up the western side of the
site are four live 33kV subsea cable tails of varying length. These afford all developers near project access to a cable tail specifically designed to facilitate a robust and efficient point of connection.
o Flexible connection. Developers may connect to the electrical system at either 11kV or 33kV. The onshore substation houses 33kV and 11kV switchgear, a 11kV/33kV transformer and associated power factor correction equipment. This equipment connects the wave energy converters to the grid and ensures delivery of power produced is always compliant with the relevant grid codes.
o Fibre optic communications and SCADA (supervisory control and data acquisition) system interface. Allows for remote control, metering and monitoring of wave energy devices via fibre optic cables within the cable system and thereafter to Developer premises via secure high speed internet connectivity.
o Highly adaptable dry mate connector. Half fitted to the subsea cable tail and capped off with an accessible lifting eye. Half will be issued to the developer for fitting to developer cable ashore ready to quickly and efficiently make the
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 9 of 52
connection offshore. As with all the infrastructure the dry mate connector can accommodate operations at 11kV or 33Kv.
The seabed has been well surveyed and is characterised by areas of outcropping bedrock and a general veneer of gravelly sand, with occasional boulders. In general, the seabed across the site shoals gently towards the south-east or south-southeast, normal to the north coast of the Cornish peninsula. Water depths across the site range from a maximum of 57.0 below LAT, in the north-western corner of the area to approximately 51.0 below LAT in the south-east corner.
1.1 Current Site Markings The current marking arrangements for the Wave Hub site, agreed with Trinity House and the
MCA, are two Cardinal Marks (North and South general area markers) and four site defining
Special Marks (with GPS synchronised lights). Overall, the Wave Hub Aids to Navigation are
rated IALA Category 2.
A detailed schematic of the installed offshore Wave Hub system can be viewed at Appendix I.
Figure 1 Wave Hub Location Map.
1.2 Purpose of Document The purpose and scope of this ITT and supporting documentation is to explain in further detail
the requirements of the COMPANY and the procurement process for Submitting a compliant
tender proposal.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 10 of 52
2.0 Tender Conditions and Contractual Requirements This section of the ITT sets out the COMPANY’s contracting requirements, general policy
requirements, and the general tender conditions relating to this procurement process
(‘Procurement Process’).
2.1 Contracting requirements The contracting authority is the COMPANY, which includes any Subsidiary companies and other
organisations that control or are controlled by the COMPANY from time to time.
The COMPANY’s contracting and commercial approach in respect of the required goods and/or
services is set out in (Proposed Contract) (‘Contract’) Ref Appendix Q. By Submitting a tender
response, you are agreeing to be bound by the terms of this ITT and the Contract without
further negotiation or amendment.
In the event that you have any concerns or queries in relation to the Contract, you should
submit a clarification request in accordance with the provisions of this ITT by the Clarification
Deadline (as defined below in the Timescales section of this ITT). Following such clarification
requests, the COMPANY may issue a clarification change to the Contract that will apply to all
potential CONTRACTORs Submitting a tender response.
The COMPANY is under no obligation to consider any clarifications/amendments to the
Contract proposed following the Clarification Deadline, but before the Tender Response
Deadline (as defined below in the Timescales section of this ITT). Any proposed amendments
that are received from a potential CONTRACTOR as part of its tender response shall entitle the
COMPANY to reject that tender response and to disqualify that potential CONTRACTOR from
this Procurement Process.
2.1.1 General Policy / Mandatory Requirements
By Submitting a tender response in connection with this Procurement Process, potential
CONTRACTORs confirm that they and any consortium members and/or Sub-CONTRACTORs will
comply with all applicable laws, codes of practice, statutory guidance and applicable COMPANY
requirements relevant to the goods and/or services being supplied, including but not limited
to those referenced in any specification, paragraph or attachment to this ITT.
2.2 General Tender Conditions (‘Tender Conditions’)
2.2.1 Application of these Tender Conditions
In participating in this Procurement Process and/or by submitting a tender response it will be
implied that you accept and will be bound by all the provisions of this ITT. Accordingly, tender
responses should be on the basis of and strictly in accordance with the requirements of this
ITT.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 11 of 52
2.2.2 Third Party Verifications
Your tender response is Submitted on the basis that you consent to the COMPANY carrying out
all necessary actions to verify the information that you have provided, and the analysis of your
tender response being undertaken by one or more third parties commissioned by the
COMPANY for such purposes.
2.2.3 Information Provided to Potential CONTRACTORs
Information that is supplied to potential CONTRACTORs as part of this Procurement Process is
supplied in good faith. The information contained in the ITT, the supporting documents and in
any related written or oral communication is believed to be correct at the time of issue but the
COMPANY will not accept any liability for its accuracy, adequacy or completeness and no
warranty is given as such. This exclusion does not extend to any fraudulent misrepresentation
made by or on behalf of the COMPANY.
2.2.4 Potential CONTRACTORs to make their own enquires
You are responsible for analysing and reviewing all information provided to you as part of this
Procurement Process and for forming your own opinions and seeking advice as you consider
appropriate. You should notify the COMPANY promptly of any perceived ambiguity,
inconsistency or omission in this ITT and/or any of its associated documents and/or in any
information provided to you as part of this Procurement Process.
2.2.5 Amendments to the ITT
At any time prior to the Tender Response Deadline, the COMPANY may amend the ITT. Any
such amendment shall be issued to all Tenderers and will also be listed on the Wave Hub web
site www.wavehub.co.uk/about-us/tender-opportunities for the duration of the tender
period. If deemed appropriate to ensure potential Tenderers have reasonable time in which to
take such amendment into account, the Tender Response Deadline shall, at the discretion of
the COMPANY, be extended. Your tender response must comply with any amendment made
by the COMPANY in accordance with this paragraph 2.2.5 or it may be rejected.
2.2.6 Compliance of Tender Response Submission
Any goods and/or services offered should be on the basis of and strictly in accordance with the
ITT (including, without limitation, any specification of the COMPANY’s requirements, these
Tender Conditions and the Contract) and all other documents and any clarifications or updates
issued by the COMPANY as part of this Procurement Process.
2.2.7 Format of Tender Response Submission
Tender responses must comprise the relevant documents specified by the COMPANY
completed in all areas and in the format as detailed by the COMPANY in Part B - Information
Schedules & Tendering Instructions. Any documents requested by the COMPANY must be
completed in full. It is therefore important that you read the ITT carefully before completing
and submitting your tender response.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 12 of 52
2.2.8 Modifications to Tender Response Documents once Submitted
You may modify your tender response prior to the Tender Response Deadline by giving written
notice to the COMPANY. Any modification should be clear and Submitted as a complete new
tender response in accordance with Part B - Information Schedules & Tendering Instructions
and these Tender Conditions.
2.2.9 Rejection of Tender Responses or other Documents
A tender response or any other document requested by the COMPANY may be rejected which:
Contains gaps, omissions, misrepresentations, errors, uncompleted sections, or changes to the format of the tender documentation provided.
Contains hand written amendments which have not been initialled by the authorised signatory.
Does not reflect and confirm full and unconditional compliance with all of the documents issued by the COMPANY forming part of the ITT.
Contains any caveats or any other statements or assumptions qualifying the tender response that are not capable of evaluation in accordance with the evaluation model or requiring changes to any documents issued by the COMPANY in any way.
Is not submitted in a manner consistent with the provisions set out in this ITT.
Is received after the Tender Response Deadline.
Does not offer a fixed and firm price (Including Weather Risk) where requested.
Is not valid for the requested period.
Does not comply in full and unconditionally with the proposed contract, Ref Appendix Q.
2.2.10 Disqualification
If you breach these Tender Conditions, if there are any errors, omissions or material adverse
changes relating to any information supplied by you at any stage in this Procurement Process,
if any other circumstances set out in this ITT, and/or in any supporting documents, entitling
the COMPANY to reject a tender response apply and/or if you or your appointed advisers
attempt:
To inappropriately influence this Procurement Process.
To fix or set the price for goods or services.
To enter into an arrangement with any other party that such party shall refrain from Submitting a tender response.
To enter into any arrangement with any other party (other than another party that forms part of your consortium bid or is your proposed Sub-CONTRACTOR) as to the prices Submitted.
To collude in any other way.
To engage in direct or indirect bribery or canvassing by you or your appointed advisers in relation to this Procurement Process; or
To obtain information from any of the employees, agents or advisors of the COMPANY concerning and during this Procurement Process (other than as set out in these Tender Conditions) or from another potential CONTRACTOR or another tender response.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 13 of 52
The COMPANY shall be entitled to reject your tender response in full and to disqualify you from
this Procurement Process. Subject to the ‘Liability’ Tender Condition below, by participating in
this Procurement Process you accept that the COMPANY shall have no liability to a disqualified
potential CONTRACTOR in these circumstances.
2.2.11 Tender Costs
You are responsible for obtaining all information necessary for preparation of your tender
response and for all costs and expenses incurred in preparation of the tender response. Subject
to the ‘Liability’ Tender Condition below, you accept by your participation in this procurement,
including without limitation the Submission of a tender response, that you will not be entitled
to claim from the COMPANY any costs, expenses or liabilities that you may incur in tendering
for this procurement irrespective of whether or not your tender response is successful.
2.2.12 Rights to cancel or vary this Procurement Process
By issuing this ITT, entering into clarification communications with potential CONTRACTORs or
by having any other form of communication with potential CONTRACTORs, the COMPANY is
not bound in any way to enter into any contractual or other arrangement with you or any other
potential CONTRACTOR. It is intended that the remainder of this Procurement Process will take
place in accordance with the provisions of this ITT but the COMPANY reserves the right to
terminate, suspend, amend or vary (to include, without limitation, in relation to any timescales
or deadlines) this Procurement Process by notice to all potential CONTRACTOR in writing and
with adherence to applicable EU & UK Procurement Law and in particular the Public Contracts
Regulations 2015. Subject to the ‘Liability’ Tender Condition below, the COMPANY will have
no liability for any losses, costs or expenses caused to you as a result of such termination,
suspension, amendment or variation.
2.2.13 Consortium Members and Sub-CONTRACTORs
It is your responsibility to ensure that any staff, consortium members, Sub-CONTRACTORs and
advisers abide by these Tender Conditions and the requirements of this ITT.
2.2.14 Liability
Nothing in these Tender Conditions is intended to exclude or limit the liability of the COMPANY
in relation to fraud or in other circumstances where the COMPANY‘s liability may not be limited
under any applicable law.
2.3 Confidentiality and Information Governance
2.3.1 Confidentiality
All information supplied to you by the COMPANY, including this ITT and all other documents
relating to this Procurement Process, either in writing or orally, must be treated in confidence
and not disclosed to any third party (save to your professional advisers, consortium members
and/or Sub-CONTRACTORs strictly for the purposes only of helping you to participate in this
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 14 of 52
Procurement Process and/or prepare your tender response) unless the information is already
in the public domain or is required to be disclosed under any applicable laws.
You shall not disclose copy or reproduce any of the information supplied to you as part of this
Procurement Process other than for the purposes of preparing and submitting a tender
response. There must be no publicity by you regarding the Procurement Process or the future
award of any Contract unless the COMPANY has given express written consent to the relevant
communication.
This ITT and its accompanying documents shall remain the property of the COMPANY and must
be returned on demand.
The COMPANY reserves the right to disclose all documents relating to this Procurement
Process, including without limitation your tender response, to any employee, third party agent,
adviser or other third party involved in the procurement in support of, and/or in collaboration
with the COMPANY. The COMPANY further reserves the right to publish the Contract once
awarded and/or disclose information in connection with CONTRACTOR performance under the
Contract in accordance with any public sector transparency policies (as referred to below). By
participating in this Procurement Process you agree to such disclosure and/or publication by
the COMPANY in accordance with such rights reserved by it under this paragraph.
2.3.2 Freedom of Information
The Freedom of Information Act 2000 (‘FOIA’), the Environmental Information Regulations
2004 (‘EIR’), and public sector transparency policies, including the placing of contract award
notices on the Contracts Finder database, apply to the COMPANY (together the ‘Disclosure
Obligations’).
You should be aware of the COMPANY’s obligations and responsibilities under the Disclosure
Obligations to disclose information held by the COMPANY. Information provided by you in
connection with this Procurement Process, or with any contract that may be awarded as a
result of this exercise, may therefore have to be disclosed by the COMPANY under the
Disclosure Obligations, unless the COMPANY decides that one of the statutory exemptions
under the FOIA or the EIR applies.
If you wish to designate information supplied as part of your tender response or otherwise in
connection with this tender exercise as confidential, you must provide clear and specific detail
as to:
The precise elements which are considered confidential and/or commercially sensitive.
Why you consider an exemption under the FOIA or EIR would apply; and
The estimated length of time during which the exemption will apply.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 15 of 52
2.3.3 Protective Markings
The use of blanket protective markings of whole documents such as ‘commercial in confidence’
will not be sufficient. By participating in this Procurement Process you agree that the
COMPANY should not and will not be bound by any such markings.
In addition, marking any material as ‘confidential’ or ‘commercially sensitive’ or equivalent
should not be taken to mean that the COMPANY accepts any duty of confidentiality by virtue
of such marking. You accept that the decision as to which information will be disclosed is
reserved to the COMPANY, notwithstanding any consultation with you or any designation of
information as confidential or commercially sensitive or equivalent you may have made. You
agree, by participating further in this Procurement Process and/or Submitting your tender
response, that all information is provided to the COMPANY on the basis that it may be
disclosed under the Disclosure Obligations if the COMPANY considers that it is required to do
so and/or may be used by the COMPANY in accordance with the provisions of this ITT.
2.3.4 Personal Data
Tender responses are also Submitted on the condition that the appointed CONTRACTOR will
only process personal data (as may be defined under any relevant data protection laws) that
it gains access to in performance of this Contract in accordance with the COMPANY’s
instructions and will not use such personal data for any other purpose. The appointed
CONTRACTOR will undertake to process any personal data on the COMPANY’s behalf in
accordance with the relevant provisions of any relevant data protection laws and to ensure all
consents required under such laws are obtained.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 16 of 52
Part B - Information Schedules & Tendering Instructions
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 17 of 52
1.0 Tender Validity Your tender response must remain open for acceptance by the COMPANY for a period of ninety
(90) days from the Tender Response Deadline. A tender response not valid for this period may
be rejected by the COMPANY.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 18 of 52
2.0 Pricing Approach You should complete, in full, a pricing schedule utilising the template format provided (OM-
287-TA-001) at Appendix R, all costings should be firm and unambiguous. Please note this
pricing schedule does not contain formula and requires manual input.
All prices and financial data must be submitted in pounds sterling and be valid for a period of
ninety (90) days. All costs should be detailed less VAT, where any price attracts Value Added
Tax the rate of VAT applicable should be recorded in the related comments section.
Any costs related to completion of the scope of work but not specifically mentioned in the
pricing schedule will be assumed to be included in the costs.
Prices must be fixed and firm only, failure to provide fixed and firm prices may result in tender
rejection.
A Pricing and Milestone Payment Schedule (OM-287-TA-001) template has been provided at
Appendix R to this ITT and it is the tenderers responsibility to complete this template in full
based on the fixed milestones and corresponding percentages provided in the template, it
should be structured such that the project is cash neutrally funded.
Apportionment of Responsibilities between Parties:
Mechanical breakdown - CONTRACTORs account.
Mobilisation / demobilisation -CONTRACTORs account
Crew Change - CONTRACTORs account
Weather downtime / tides / visibility - CONTRACTORs account
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 19 of 52
3.0 Key background Documents and Further Information Further relevant background documents/information have been provided to potential
CONTRACTORs as electronic attachments to this ITT.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 20 of 52
4.0 Timescales Subject to any changes notified to potential CONTRACTORs by the COMPANY in accordance
with the Tender Conditions, the following timescales shall apply to this Procurement Process:
Activity Date / Time
Issue of Contract Notice / availability of ITT documents 9th June 2017, 12:00 (BST)
Deadline for clarification questions (Clarification Deadline)
15th June 2017, 17:00 (BST)
COMPANY to respond to clarification questions 16th June 2017, 17:00 (BST)
Deadline for Submission of ITT responses by potential CONTRACTORs (Tender Response Deadline)
28th June 2017, 16:00 (BST)
Award decision letters issued 30th June 2017, 17:00 (BST)
Contract concluded with winning CONTRACTOR 6th July 2017, 17.00 (BST)
Contract start date 10th July 2017, 17.00 (BST)
Project Completion Date 1st September 2017, 23:59 (BST)
Table 3 Procurement Timescales
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 21 of 52
5.0 Instructions for Responding
5.1 General Response Instructions The following mandatory requirements should be complied with when submitting your
response to this ITT:
Please ensure that you send your Submission in good time to prevent issues with technology – late tender responses may be rejected by the COMPANY.
Please ensure that information provided as part of your response is of sufficient quality and detail that an informed assessment of it can be made by the COMPANY.
Do not submit any additional supporting documentation with your tender response except where specifically requested to do so as part of this ITT. PDF, JPG, PPT, Word and Excel formats can be used for any additional supporting documentation (other formats should not be used without the prior written approval of the COMPANY).
All attachments/supporting documentation should be provided separately to your main tender response and clearly labelled to make it clear as to which part of your tender response it relates.
If you submit a generic policy/document you must indicate the page and paragraph reference that is relevant to a particular part of your tender response.
Where supporting evidence is requested as ‘or equivalent’ – you must demonstrate such equivalence as part of your tender response.
Any deliberate alteration of an COMPANY requirement as part of your tender response will invalidate your tender response to that requirement and for evaluation purposes you shall be deemed not to have responded to that particular requirement;
Responses should be concise, unambiguous, and should directly address the requirement stated.
Your tender responses to the tender requirements and pricing will be incorporated into the Contract, as appropriate.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 22 of 52
6.0 Tender Submission
6.1 General The following paragraphs detail the information requirements the tenderer is to supply with
their proposal. It is the tenderers responsibility to fully understand and account for all aspects
of the scope of work to ensure that all responses are fully compliant with the information
supplied within all sections of this ITT and any attachment.
It is essential that the tender is delivered in two sections clearly marked:
Part 1 – Technical Submission
Part 2 – Commercial Submission
Failure to do so may disqualify your tender from the process.
All tender submissions including attachments where applicable are to be received by
COMPANY in electronic format only.
6.2 Tender Submission – General The following documentation/forms must be completed in full and submitted with
CONTRACTORs tender submission:
Tender Submission Covering Letter including: o Statement confirming compliance to mandatory Requirements – Ref Part B
Section 5.1. o Statement confirming that there has been:
‘No collusion, Bribery or conflict of interest in the production of this tender’.
6.3 Technical Submission
6.3.1 Tenderer & Organisation
Description of the Tenderer and organisation overview.
Description of previous relevant work (5 years previous) and track record in comparable projects.
Areas of specialisation (in-house skills).
Collaborations.
6.3.2 Quality, Health, Safety & Environment
Completed FORM M001 CONTRACTOR HSEQ Questionnaire – Ref Appendix S.
Quality, Health, Safety and environmental policy documents/statements and any additional relevant information regarding ensuring quality, protection of the environment and minimisation of carbon emissions.
6.3.3 Detailed Technical Proposal
A detailed technical proposal to the requirements of this ITT must be provided and include but
not be limited to the following:
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 23 of 52
Project specific organigram including key personnel and sub-contractors. Roles and responsibilities shall be defined along with competency of key personnel, the CV’s and operational certificates of key personnel should be provided.
Project execution plan detailing how the operations will be planned managed and conducted including survey methodology. A clear programme of contract execution in Gantt chart format must be supplied in support, see section 6.4.3 below.
Data acquisition and processing overview including example deliverables and details regards specific software utilised.
Describe the Tenderers risk management system from hazard identification through to implementation of control measures/emergency response. Detail how risks are identified at the various stages of the works from preparation to execution. Please provide risk assessments relevant to the planned operations.
Tenderer is to provide a list of all sub-contractors they intend to use in the fulfilment of this contract detailing the scope of work assigned. Tenderer is to provide an overview of the controls used in the assessment, approval and management of the sub-contractors utilised for this contract.
Survey equipment information/specifications.
ROV specifications including proposed tooling and deployment methodology.
Survey vessel specification and capability table detailing maximum operating parameters during MBES and ROV survey operations.
Deliverables register detailing the outputs, analysis and reporting to be provided under the contract and in accordance with this ITT.
6.4 Commercial Submission
6.4.1 Pricing & Milestone Payment Schedule OM-287-TA-001
See Appendix R - Pricing & Milestone Payment Schedule, OM-287-TA-001, which must be
completed in its entirety. It is essential that a fixed contract price is provided as requested in
the Pricing & Milestone Payment Schedule in full for the following conditions:
Fixed Contract Price - Including Weather Risk, Including Fuel Lubes and Port Fees.
Failure to provide these may result in tender rejection.
6.4.2 Milestone Payment Schedule
Fixed milestone payment percentages are detail within table 2 (section 1.2) of the Pricing &
Milestone Payment Schedule (OM-287-TA-001) provided by COMPANY at Appendix R.
Tenderer to complete in full the ‘Value (GBP Ex VAT)’ column using the ‘TOTAL Contract Price
(GBP Ex VAT)’ provided by Tenderer in section 1.1 of the Pricing & Milestone Payment
Schedule.
6.4.3 Project Completion Schedule
Tenderer to provide a schedule, which will form part of the contract, detailing how it intends
to complete the full scope of work within the timescales given along with key project
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 24 of 52
milestones and payment milestones. COMPANY requires the project to be completed within
the window detailed below:
Earliest Mobilisation Date: Upon COMPANY review and approval of all relevant permits.
Project Completion Date: 1st September 2017
6.4.4 Cancelation Profile
See Appendix R - Pricing & Milestone Payment Schedule, OM-287-TA-001, which must be
completed in its entirety. Tenderer to complete section 1.3 detailing the proposed cancelation
profile in relation to the Total Contract Price. The cancelation profile will be executed should
the contract be terminated by COMPANY for reasons outside of the CONTRACTORS control.
6.5 Tender Content Summary The following table details the outline content to be provided with your tender Submission, it
should not be regarded as exhaustive and it is the tenderers responsibility to ensure all
documents requested in any section of this ITT are supplied.
Tender Section Content
General Submission Information
Tender Submission Tender Submission Covering Letter
Statement Confirming Compliance to Mandatory Requirements
Statement Confirming that there has been ‘No Collusion Bribery or Conflict of Interest in the Production of this Tender’
Part 1 - Technical Submission
Tenderer & Organisation Company Organisation
Experience & Track Record
Quality, Health, Safety & Environmental
Completed FORM M001 CONTRACTOR HSEQ Questionnaire (Appendix S)
Quality & HSE Policies
Detailed Technical Proposal Project Organisation
Project Execution Plan
Data Acquisition & Processing
Deliverables Register
Risk Management
Selection of Sub-Contractor
Survey Equipment Specification
ROV Specification
Survey Vessel Specification & Environmental Criteria Table
Part 2 - Commercial Submission
Remuneration Pricing & Milestone Payment Schedule OM-287-TA-001
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 25 of 52
Tender Section Content
(Appendix R)
Project Completion Schedule (Programme of Works)
Proposed Cancellation Profile (Appendix R)
Insurance Insurance Certificates as detailed below (Part B - Section 6.6)
Table 4 Tender Submission Content Summary.
6.6 CONTRACTOR Insurance Requirements The following insurance levels are deemed the minimum acceptable levels that the successful
CONTRACTOR will have in place for the entire duration of the contract:
I. Employer's liability to the minimum coverage and limit of indemnity required by any applicable legislation including extended cover (where required) for working offshore.
II. General third party and products liability insurance for any incident or series of incidents covering the operations of the CONTRACTOR in the performance of the WORKS and for the design, manufacture, supply of equipment, in an amount not less than £5,000,000 (five million pounds);
III. Professional indemnity insurance within a limit of indemnity not less than £2,000,000 (two million pounds) for each and every claim;
IV. Marine hull and machinery insurance including war risk coverage and, collision liability in respect of all vessels used by the CONTRACTOR in the performance of the WORK in an amount not less than £3,000,000 (three million pounds) in each and every claim;
V. Protection and indemnity insurance including wreck and debris removal and oil pollution liability in respect of all vessels, craft or floating equipment owned, leased or hired by the CONTRACTOR in the performance of the WORK in an amount not less than £3,000,000 (three million pounds) in each and every claim.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 26 of 52
7.0 Tender Submission Instructions Your tender should be signed by an authorised signatory and submitted electronically as PDF
files to the following email address:
tenders@wavehub.co.uk
Your tender response must be marked as ‘SURVEY TENDER RESPONSE’ within the email
subject field. Where multiple electronic responses are issued from a single organisation, each
email must be marked as ‘Part No. of Total Parts’.
Note: The maximum single attachment size (single or sum of multiples) accepted by the
dedicated tender receipt mailbox is 25MB. Should your tender response exceed this limit it
should be submitted in a number of smaller parts.
Safe delivery of the tender is the Tenderers responsibility.
The date and time of the tender delivery will be recorded upon receipt by COMPANY.
Potential CONTRACTORs should use terminology that is consistent with the ITT and Contract,
all documents and all correspondence relating to this procurement process must be written in
English including without limitation any documents Submitted as part of a tender response.
Your tender should also clearly confirm that there has been ‘no collusion, bribery or conflict of
interests in the production of this tender’. The Tenderers Quotation shall be structured as
requested in section 6.0 Tender Submission and consist of the documents fully prepared and
completed by the Tenderer strictly in accordance with these Instructions.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 27 of 52
8.0 Technical Clarification Requests All technical clarification requests should be submitted to clarifications@wavehub.co.uk and
clearly marked ‘SURVEY CLARIFICATION REQUEST’ by the Clarification Deadline, as set out in
the Timescales section of this ITT. The COMPANY is under no obligation to respond to
clarification requests received after the Clarification Deadline.
Any clarification requests should clearly reference the appropriate paragraph in the ITT
documentation and, to the extent possible, should be aggregated rather than sent individually.
All clarifications will be published in a table on the Wave Hub website
www.wavehub.co.uk/about-us/tender-opportunities for the duration of the tender period
only.
The COMPANY may at any time request further information from potential CONTRACTORs to
verify or clarify any aspects of their tender response or other information they may have
provided. Should you not provide supplementary information or clarifications to the
COMPANY by any deadline notified to you, your tender response may be rejected in full and
you may be disqualified from this procurement process.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 28 of 52
9.0 Evaluation & Award Criteria
9.1 Evaluation Stages Stage 1: Tender responses will be checked to ensure that they have been completed correctly
and all necessary information has been provided. Tender responses correctly completed with
all relevant information being provided will proceed to Stage 2. Any tender responses not
correctly completed in accordance with the requirements of this ITT and/or containing
omissions may be rejected at this point. Where a tender response is rejected at this point it
will automatically be disqualified and will not be further evaluated.
Stage 2: If a tenderer succeeds in passing Stage 1 of the evaluation, then it will have its detailed
tender response to the COMPANY’s requirements evaluated in accordance with the evaluation
methodology set out below:
9.2 Award Criteria Responses from potential CONTRACTORs will be assessed to determine the most economically
advantageous tender using the following criteria and weightings and will be assessed entirely
on your response Submitted:
Criteria Weighting
Technical
Quality/Technical Merit 50%
QHSE 10%
Commercial
Project Completion Schedule. 5%
Contract Price 30%
Insurances 5% Table 5 Award Criteria Weightings
9.3 Scoring Model Tender responses will be Subject to an initial review at the start of Stage 2 of the evaluation
process. Any tender responses not meeting mandatory requirements will be rejected in full at
this point and will not be assessed or scored further. Tender responses not so rejected will be
scored by an evaluation panel appointed by the COMPANY, for all technical criteria following
scoring model will be applied.
Points Interpretation
5
Excellent – Overall the response demonstrates that the tenderer meets all areas of the requirement and provides all of the areas evidence requested in the level of detail requested. This, therefore, is a detailed excellent response that meets all aspects of the requirement leaving no ambiguity as to whether the tenderer can meet the requirement. Health & Safety statistics are significantly lower than COMPANY expectations.
4 Very Good - Overall the response demonstrates that the tenderer meets all areas of the requirement and provides all of the areas of evidence requested,
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 29 of 52
Points Interpretation
but contains some trivial omissions in relation to the level of detail requested in terms of either the response or the evidence. This, therefore, is a good response that meets all aspects of the requirement with only a trivial level ambiguity due the tenderers failure to provide all information at the level of detail requested. Health & Safety statistics are lower than COMPANY expectations.
3
Good - Overall the response demonstrates that the tenderer meets the entire requirement and provides the areas of evidence requested, but contains some omissions in relation to the level of detail requested in terms of either the response or the evidence. This, therefore, is a good response that meets the requirement with only a minor level ambiguity due the tenderers failure to provide all information at the level of detail requested. Health & Safety statistics Health & Safety statistics are broadly in line with COMPANY expectations.
2
Acceptable - Overall the response demonstrates that the tenderer meets the majority of all the areas of the requirement, but not all of the areas of evidence requested have been provided. This, therefore, is an adequate response, but with some ambiguity as to whether the tenderer can meet the requirement due to the tenderers failure to provide all of the evidence requested. Health & Safety statistics above COMPANY expectations.
1
Poor – The response does not demonstrate that the tenderer meets the requirement in one or more areas. This, therefore, is a poor response with significant ambiguity as to whether the tenderer can meet the requirement due to the failure by the tenderer to show that it meets one or more areas of the requirement. Health & Safety statistics causes some concern with continuously high incident rate.
0
Unacceptable - The response is non-compliant with the requirements of the ITT and/or no response has been provided. Health & Safety statistics show serious concerns including but not limited to fatalities and / or enforcement notices or convictions and may result in tender disqualification.
Table 6 Scoring Model Interpretations
9.4 Commercial Evaluation
9.4.1 Contract Price
Your Contract Price (as calculated in accordance with requirements detailed in part B, section
2 of this document - Pricing Approach) for the goods and/or services will be evaluated by the
evaluation panel for the purposes of the commercial evaluation.
Prices must be fixed and firm and not be subject to any pricing assumptions, qualifications or
indexation not provided for explicitly by the COMPANY as part of the pricing approach. In the
event that any prices are expressed as being Subject to any pricing assumptions, qualifications
or indexation not provided for by the COMPANY as part of the pricing approach, the COMPANY
may reject the full tender response at this point. The COMPANY may also reject any tender
response where the Overall Price for the goods and/or services is considered by the COMPANY
to be abnormally low following the relevant processes set out under the EU procurement rules.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 30 of 52
A maximum score of 100 will be awarded to the tender response offering the lowest Contract
Price. Other tender responses will be awarded a mark by application of the following formula:
(Lowest overall price / Overall price being evaluated) x 100.
9.4.2 Project Completion Schedule Evaluation
Tenderers project completion scheduled will be evaluated according to the evaluation criteria
detailed below. It should be noted that at the discretion of the Evacuation Panel a lower score
may be awarded should the supplied schedule be deemed unachievable.
Criteria Award Project Completion Including Issue of COMPANY Approved Deliverables – August 2017.
5
Project Completion Including Issue of COMPANY Approved Deliverables – September 2017.
3
Project Completion Including Issue of COMPANY Approved Deliverables – October 2017.
0 - 2 (As Agreed by Evaluation Panel)
Table 7 Project Completion Schedule Evaluation Criteria
9.4.3 Insurances Evaluation
Tenderer insurances will be evaluated in accordance with the requirements detailed within
Part B, Section 6.6 of this ITT document. The following evaluation criteria will be applied.
Criteria Award All Insurances in Place and Limits as Specified within Part B, Section 6.6 of this ITT
5
All Insurances in Place and Limits of one or more Insurance Lower than Specified within Part B, Section 6.6 of this ITT.
2 - 4 (As Agreed by Evaluation Panel)
One or more Insurance as Specified within Part B, Section 6.6 of this ITT is Missing.
0
Table 8 Insurance Evaluation Criteria.
9.5 Moderation & Application of Weightings The evaluation panel appointed for this procurement will meet to agree and moderate scores
for each award criteria. Final scores in terms of a percentage of the overall tender score will
be obtained by applying the relevant weighting factors set out as part of the award criteria
table above. The percentage scores for each award criteria will be amalgamated to give a
percentage score out of 100.
9.6 The Winning Tender Response The winning tender response shall be the tender response scoring the highest percentage
scores out of 100 when applying the above evaluation methodology.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 31 of 52
Part C – Scope of Work
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 32 of 52
1.0 Scope of Work
1.1 Project Brief To complete high resolution multibeam bathymetric survey to IHO Order 1A or better and clear
ROV visual survey of the installed wave hub offshore electrical infrastructure from minimum
KP3.84 (or as far inshore as cable exposure is identified) to the installed DMC at the end of
each of the four cable tails. Acquired survey data is to be analysed in order to identify all
anomalies.
Further analysis including overlay of historic bathymetric data as supplied by COMPANY will
then be performed, the data sets are to be compared and all additional anomalies identified
and reported. Footage recorded at key areas of interest as identified by COMPANY will also be
compared against historic survey data. Additional ROV footage analysis will be driven by the
identification of anomalies.
The scope of work shall include, but not be limited to:
Familiarisation with existing data (to be supplied by COMPANY after contract execution)
Identification of the environmental conditions as detailed in the included documentation supplied by COMPANY.
Preparation of a detailed work plan and schedule.
Mobilisation and calibrations, including all equipment acceptance tests.
Completion of the survey as detailed in this specification.
Demobilisation
Reporting and submission of final results, charts and digital deliverables including clear comparison to prior survey material as provided by COMPANY with particular reference to known area of interest and anomalies.
1.2 General The CONTRACTOR’s Representative and the COMPANY’s Representative shall be the single
point of contact between CONTRACTOR and COMPANY for all correspondence and
communications on matters arising out of the execution of the Work.
Operations must be undertaken by a dedicated and fully equipped vessel to support all
requirements as specified within this Scope of Work. The vessel must have appropriate sea-
keeping performance and safety rating and must be equipped with suitable certified
equipment and personnel to carry out the WORK.
Preparation for operations will include ensuring the vessel is fully operational with all
necessary personnel and equipment to undertake the WORK.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 33 of 52
1.3 Survey Scope CONTRACTOR shall provide a suitable vessel to enable the work to be carried out in the 10-
55m water depths (reduced to LAT) and environmental conditions that may be expected at the
Wave Hub site.
It is envisaged that the visual cable survey will be carried out using a suitable ROV given due
consideration to the depth and local conditions. The survey scope (Visual & MBES) can be
broken into the following work areas:
1. Export Cable – KP 3.840 to KP 25.150* 2. Wave Hub (TDU) – KP 25.150 3. Bundled Cable Tails to Point of Divergence – KP 0.000 to KP 0.160 4. Cable Tails x4:
a. Cable Tail 1 – KP 0.160 to KP 0.584 b. Cable Tail 2 – KP 0.160 to KP 0.994 c. Cable Tail 3 – KP 0.160 to KP 2.309 d. Cable Tail 4 – KP 0.160 to KP 3.271
Visual survey of entire installed system is to be conducted on a ‘General Visual Inspection’ basis
with only identified anomalies or COMPANY specified areas of interest subject to a ‘detailed
visual inspection’. A detailed visual survey inspection of the entire installed system is not
required and should not be priced for. The ROV/camera system should be suitable positioned
throughout the visual surveys to ensure identification of anomalies is achievable.
*Note: The CONTRACTOR should survey the export cable inshore to a minimum KP 3.840 (19m
water depth reduced to LAT), however where practical and safe to do so the CONTRACTOR
should extend survey of the export cable to the furthest inshore point of exposure (last
recorded as KP 3.840)
Key anomalies to be identified by CONTRACTOR include but are not limited to the following:
Areas of scours around installed assets;
Rock shedding from the installed rock berm;
Any exposed export cable sections;
Any cable/asset damage;
Any areas of cable free-span;
Foreign debris on or in close proximity to the installed assets;
Any visible evidence of disturbance of movement.
CONTRACTOR shall define their expected data resolution in their proposal.
Notwithstanding the above, COMPANY is open to proposals which advocate new or different
ways of attaining the results.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 34 of 52
1.4 Documentation: CONTRACTOR shall develop detailed Risk Assessed Method Statements (RAMS) for the scope
of work, which demonstrates that the necessary management systems and resources will be
applied to ensure that stated HSEQ objectives are achieved. As a minimum, RAMS will address
the following key areas:
The requirements of this document;
COMPANY requirements referenced;
Compliance to national statutory requirements;
A structured approach to the identification and assessment of hazards associated with CONTRACTOR’s scope of work. All hazard identification and risk assessment will include risks to people, the environment and property and must be undertaken by suitable competent and experienced personnel;
Prevention, control or mitigation of the hazards as a part of the project process in order to reduce risks to “as low as reasonably practicable” (ALARP);
The implementation of any recommendations arising from safety engineering activities.
CONTRACTOR developed RAMS and operational documentation for all elements of the work,
which will be subject to COMPANY review and approval prior commencement of such work.
Approval is provided in the form of a Permit to Operate granted by COMPANY to
CONTRACTOR.
Contractor must maintain a project specific document register throughout the project lifecycle
which will reflect the review cycle, revision status and required approval dates of all project
documentation. The updated project document register must be issued to COMPANY with all
document revisions.
Note: A full and detailed risk assessment and associated update to the proposed method
statement must be completed by the CONTRACTOR after contract execution and ahead of
mobilisation.
1.5 Planning & Scheduling
Earliest Mobilisation Date: Upon COMPANY review and approval of all relevant permits.
Project Completion Date: 1st September 2017
The CONTRACTOR shall submit a proposed programme of work outlining how the scope of
work will be conducted to meet these target delivery dates.
CONTRACTOR shall prepare all planning and work scheduling to the approval of COMPANY.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 35 of 52
CONTRACTOR shall identify the manpower, vessel and equipment requirements for the work,
including any sub-contracted elements, and ensure that all required resources are available as
set out in the programme.
COMPANY requires the survey and reporting to be completed at the earliest opportunity in
2017 in accordance with the specified key dates.
A detailed work plan must be provided to COMPANY at least two weeks before mobilisation.
A project Kick-Off meeting is to be held no later than one week before the commencement of
the field work. This shall include a HIRA element and shall be held at the office of COMPANY.
1.6 Subcontractors CONTRACTOR shall identify in his proposal, any part, and the proportion of the works, to be
undertaken by subcontractors, and shall demonstrate an appropriate approval process for
each subcontracted element of the works. The CONTRACTOR shall not subcontract the whole
of the work.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 36 of 52
2.0 Survey Specification
2.1 Survey Area Positions of the installed assets are detailed within the appended documentation (Wave Hub
Asset Location Database 3 27-02-2017) Ref Appendix A.
2.2 Permits CONTRACTOR shall be responsible for acquiring any necessary permits (FORM-M015
Contractor Permit to Operate – Ref Appendix O) and notifications to carry out the survey and
shall assist COMPANY with respect to promulgation of local notices to fishermen and local
notices to mariners.
2.3 Survey Vessel The survey vessel must be suitable to undertake the required operations in the designated
geographic area, water depths and prevailing environmental conditions. The vessel shall meet
the COMPANY’s minimum requirements (MOR-004-General Purpose Vessels and Manning –
Ref Appendix M) and hold a valid class or SCV certificate and may be subjected to an
acceptance audit prior to commencement of the operations at the COMPANY’s discretion. If
the vessel has a recent IMCA vessel audit available, this should be made available to the
COMPANY.
The vessel should be able to perform geophysical surveys producing data of good quality under
weather conditions as specified by CONTRACTOR within the tender submission. A template
operational weather criteria table has been provided below for use by CONTRACTOR.
Operational Weather Criteria Work Activity Sea State Beaufort Scale Significate Wave Height (Hs) Current (Knots)
ROV Visual Survey
MBES Survey Table 9 Operational Weather Criteria Template.
The survey vessel shall be equipped with suitable lifting or handling systems capable of safely
and efficiently deploying and recovering the underwater equipment and sensor carriers. All
handling systems shall be fully load tested and have valid certification.
The vessel shall have sufficient space to allow for the safe operation of all survey equipment,
on-line data acquisition and off-line QC. Furthermore, sufficient spares must be carried so as
to minimise delays due to breakdown.
The vessel must safely accommodate all required personnel including a COMPANY approved
representative. It is envisaged that operations will be performed on a 12hr basis with project
personnel accommodated onshore during rest periods however COMPANY is open to
proposals which advocate alternative working hours including 24hr operations.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 37 of 52
Where possible CONTRACTOR should propose the use of a vessel and or equipment situated
locally to the worksite in order to reduce associated mobilisation/demobilisation fees. Only
vessels of a size commensurate to the proposed scope of work should be proposed.
2.4 Navigational Safety As a minimum, the following navigational equipment will be provided by the CONTRACTOR
and be operational at all times on whist operating at the Wave Hub site:
VHF;
GPS;
Radar;
Echo Sounder;
AIS Transponder (Status must be kept up to date at all times).
The survey positioning and vessel motion instrumentation suite shall be additional and
independent to the vessel navigation instrumentation detailed above.
Additional information regards navigation safety including 3rd party shipping reviews can be
accessed by CONTRACTOR via the following link:
https://www.wavehub.co.uk/download
2.5 Personnel Personnel will be suitably qualified, experienced and competent for their position.
CONTRACTOR’s personnel deployed shall be able to provide evidence that they are competent
and experienced in the work they are to undertake. Competence is defined as a person having
suitable and sufficient experience in the fields that they work in, understanding the hazards
and risks involved with the work and the operating environment, understanding the type of
people they need to work with; and having sufficient training to be able to communicate the
results of their assessment to COMPANY in a clear and comprehensible manner.
There will be at least one CSWIP 3.1u (minimum grade) qualified inspection engineer on-board
the vessel during the visual survey operations.
A Survey Manager / Party Chief, with at least five years’ experience in the conduct of multi-
disciplinary marine geophysical surveys shall be appointed to conduct the overall offshore
management of the project.
The CV’s and operational certificates of key personnel must be submitted to the COMPANY as
part of the tender response and if later changed must be agreed with COMPANY prior to
mobilisation.
All personnel on board shall have appropriate and valid Medical Certification and Sea
Survival training (STCW Standards) and shall be given a thorough vessel induction by the
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 38 of 52
vessel Master prior to mobilisation (MOR-004-General Purpose Vessels and Manning – Ref
Appendix M).
2.6 Geodetic Parameters
2.6.1 Horizontal Control
All positions are related to ETRS89. Projection co-ordinates are referred to Universal
Transverse Mercator Zone 30N, Central Meridian 3° West.
Geodetic Parameters – ETRS89 Survey Datum ETRS89 (EUREF89)
Spheroid GRS 1980
Semi-Major Axis 6 378 137.000 m
Semi-Minor Axis 6 356 752.314 m
Inverse Flattening (1/f) 298.25722210100
Eccentricity Squared (e²) 0.0066943800229 Table 10 Geodetic Parameters
Projection Parameters – UTM Zone 30 North Unit International Metre
Projection Universal Transverse Mercator (UTM)
Datum ETRS89
UTM Zone Zone 30 North Orientated
Latitude of Origin 00° 00' 00" N (Equator)
Central Meridian 003° 00' 00" W
False Easting at Central Meridian 500 000.00 m
False Northing at Equator 0.00 m
Scale Factor on Central Meridian 0.999600 Table 11 Projection Parameters
ETRS89 is one of a number of realisations of the WGS84 terrestrial reference frame and the
most suitable for use at the Wave Hub renewable energy development area due to it tracking
the movement of the Eurasian continental plate. ETRS89 is the mandatory reference frame for
any dataset complying with the EU INSPIRE directive. Utilising ETRS89 also means that vertical
control can be achieved via the UKHO VORF model.
2.6.2 Vertical Control
To maintain uniformity with previous surveys, all bathymetry shall be reduced to LAT using the
Vertical Offshore Reference Frame (VORF) model.
Vertical Datum Parameters Vertical Datum Name ETRS-VORF St Ives Bay
Survey Datum LAT Table 12 Vertical Datum Parameters
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 39 of 52
2.7 Surface Positioning The vessel shall have a minimum of two independent DGPS systems with individual sources of
differential data supplied. Use of which should follow the guidelines published by the OGP
Geomatics committee (formerly the UKOOA Surveying and Positioning Committee) in 2011.
All positions will be corrected for vessel heave, pitch and roll. The preferred method is a
composite DGPS-Inertial Measurement Unit system.
An accuracy of 0.1m or better, 95% probability, is required throughout the survey.
Positioning systems shall be installed, calibrated and operated in accordance with
manufacturers’ instructions in order to supply sufficient accurate positioning information to
control the survey. Data from the positioning, orientation, measurement and computational
systems shall be checked or self-checking in such a way that co-ordinates of the vessel datum
points are provided correctly and are demonstrated to be correct.
All calibration corrections, adjustments, offsets and changes to positioning data shall be
recorded and displayed during the execution of the survey. The application and nature of any
data smoothing shall be indicated.
A health check calibration (to a known Ordinance Survey reference point) shall be performed
at mobilisation. A station description for the reference point shall be included in the
Mobilisation & Calibration report.
Equipment, cables and antennae shall be installed in such a way as to minimise vessel
communication or other systems interference and to ensure that data provided is of optimum
quality.
2.8 Sub-Surface Positioning The survey vessel shall be equipped with a hydro acoustic position reference system interfaced
with the vessel navigation and positioning systems. Minimum requirements are:
The system readings shall be compensated for vessel heave, pitch and roll
System accuracy shall be 1% of the slant range or better
The system shall have been calibrated at the start of the project using the method
recommended by the manufacturer. Validation checks by means of “boxing in” a seabed
transponder shall be completed to check the calibration results.
2.9 Vessel Heading The preferred method of heading determination is by a composite DGPS-Inertial Measurement
Unit system linked into the positioning system. As a back-up, a precision survey gyrocompass
shall be interfaced to the positioning computer to provide vessel orientation for computation
of offset positions of sensors from the DGPS antenna and for storage in the positioning
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 40 of 52
database. Where a portable gyro is being used this should be secured in a permanent position
with its axis parallel to that of the vessel for the duration of the survey.
Prior to departure from port the vessel orientation indicated on the gyro shall be compared
with the vessel orientation determined by land survey methods based on triangulation control
in the vicinity of the port. This data shall be available on the vessel.
Additional gyro checks shall be carried out prior to, during and on completion of the survey by
comparison between DGPS system and gyro compass.
A heading accuracy <0.10 degrees is expected.
2.10 Computer Systems
2.10.1 Online Systems
The CONTRACTOR shall provide such industry standard computer systems and software as
necessary to run the survey in real time. The computer systems shall be capable of interfacing
to the various positioning, surface and sub-surface sensors and displaying the information in a
coherent manner. The data handling system shall have the provision to cause an event mark
to appear on all geophysical records simultaneously with each position fix taken during the
course of the survey.
The online computer system shall be interfaced to all survey sensors and shall be configured
such that a correct mathematical solution is observed in the following areas:
Co-ordinates of antennae, datum points and survey sensors. The computation shall encompass raw position line data, corrections, offsets, orientation and datum shifts
System comparisons between positioning systems
Raw survey date and time
Geodetic datum’s
Corrections, offsets and shifts applied
Pre-plots and indication of sail line and survey sensor track against those proposed
Range and bearing to target and offset from proposed sail line
System accuracy indicators
Data shall be logged in a format acceptable to the COMPANY and in such a way that re-
computation from raw data utilising alternative corrections is possible. Data shall be backed
up to suitable storage media to ensure duplicate copies are in existence.
2.10.2 Offline Systems
The off-line systems shall be capable of reading the data files created by the on-line systems
and have the necessary capacity to process large batches of raw data in an efficient manner.
The off-line software shall be capable of editing and correcting data, if necessary. The off-line
software shall also be capable of processing all data necessary to produce the maps, sections,
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 41 of 52
plots, and other outputs as specified including comparison/overlay with historic data. The off-
line software shall be able to create data files in UKOOA format for site survey documentation.
The offline system should be capable of carrying out re-computation of observed survey data
as well as performing standard geodetic computations and conversions.
Notwithstanding the above, it is recognised that there may be insufficient space on the vessel
to undertake full off-line processing, however it is expected that as a minimum, on board QC
checks will be performed to ensure the validity of the acquired data.
2.11 Survey Equipment As a minimum, the following survey sensors shall be fitted:
High Resolution Multi-beam Echo-sounder
Before acquiring data, and as part of the mobilisation, all system calibrations must be
completed in line with good survey practice and the manufacturer’s specifications.
2.12 Remotely Operated Vehicle (ROV) An inspection class ROV shall comply with MOR-011-Diving and ROV Operations – Ref
Appendix M, and as a minimum be equipped with:
Obstacle avoidance sonar
Digital video camera
Pan and Tilt cameras
FO Gyro Compass
USBL transponder (ROV powered preferred)
2.13 Mobilisation & Calibrations The mobilisation shall include all necessary alongside calibrations and checks, the transit to
site, and any necessary offshore calibrations and checks including but not limited to the
following:
Undertake check and verification of vessel outline, vessel offsets and derivation of vessel CRP/COG;
Conduct MRU check/Calibration to derive pitch and roll C-O’s to be entered into navigation software (ensure MRU test certificate is received and valid).
Conduct geodesy/transformation verification with installed navigation software utilising prepared test coordinates.
Conduct DGPS gross error check/verification using known coordinated quayside control points;
Conduct DGPS comparison between primary and secondary navigation systems utilising navigation software.
Conduct Gyro calibration again known quayside azimuth.
USBL calibration including SVP reading as required throughout operations
MBES verification/calibration run lines to ensure data acquisition and head alignment.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 42 of 52
A Mobilisation & Calibration report shall be produced detailing the operation and calibrations
and at the COMPANY’S discretion a Representative of the COMPANY shall witness these
calibrations and checks or review the outputs before issuing an ‘Equipment Check and
Calibration Completion Certificate’ which will allow commencement of data collection.
2.14 Data Acquisition The position of the vessel, ROV, and mounted sensors relative to the planned survey
lines/positions shall be presented graphically in real time to the helmsman and surveyor.
All data records shall be marked with project code, line number, time and date, unique and
sequential annotation number and fix at suitable intervals.
The following information shall be recorded on an agreed digital storage medium:
Time from a clock common to all systems (GPS time)
All position data
Heading and attitude sensor data
Computed position of vessel and deployed equipment/ROV
MBES data
Collected sound velocity data
Real time tidal data through GPS height
Video, with position, KP, heading, depth, time and date displayed on a header, and commentary.
Any significant anomalies found shall immediately be brought to the attention of the
COMPANY’s Representative.
All data sets (Video and Bathymetry) should have a minimum 50m overlap with any adjacent
data sets to ensure good coverage over any break points.
MBES survey swath width should be a minimum 15m either side of the installed cables(s),
(30m swath).
The COMPANY’S Representative shall quality check the data, extents and formats during and
on completion of the survey before issuing a ‘Data Collection Completion Certificate’ which
will allow commencement of data processing, reporting and demobilisation of the spread. The
CONTRACTOR should indicate in their proposal how and where they propose to undertake the
data processing as well as the duration in their programme.
2.14.1 Data Security
It is a requirement that the CONTRACTOR shall exercise due care and diligence in securing the
data acquired both during the survey period and subsequently and shall treat all the data as
being highly confidential. The CONTRACTOR shall not provide any of the data in any format
whatsoever to any third party without the express written permission of the COMPANY. The
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 43 of 52
CONTRACTOR may not use any of the data acquired for any other purpose other than that
specified herein without the express written permission of the COMPANY.
2.14.2 Data Storage
Unless otherwise requested, the CONTRACTOR, at no cost to the COMPANY, should securely
store all recorded and processed digital data for up to five (5) years after delivery of the final
survey report.
Before deleting data the CONTRACTOR must notify COMPANY, regardless of whether the
Contract has expired.
The full post-processed data set must also be delivered to the COMPANY with the final survey
report via a hard disk drive, secure online file sharing service or other agreed suitable storage
media.
2.14.3 Data Processing
The CONTRACTOR is required to perform all necessary data processing and analysis in order to
fulfil the specification/deliverables as detailed within this ITT. An ‘Anomaly Driven Approach’
should be used when processing the acquired survey data in accordance with the flow diagram.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 44 of 52
Wave Hub 2017 Asset Survey – Data Processing
Review Acquired Visual & Bathy Survey Data and Identify all
Anomalies.
Anomalies Identified?
Comparison of Bathy Data via Overlay with Historic Data.
Comparison Against COMPANY Provided Historic Visual and Bathy
Data to Identify any New Anomalies and Changes to Previously Identified
Anomalies.
Anomalies Identified?
Comparison Against COMPANY Specified
Points of Interest
NOYES
YES NO
Comparison Against COMPANY Provided Historic Visual and Bathy
Data to Identify any New Anomalies and Changes to Previously Identified
Anomalies.
Complete Final Report & Deliverables
Figure 2 Data Processing Flow Diagram.
All historic data required by CONTRACTOR in order to make required data comparisons shall
be provided by COMPANY upon contract execution.
2.15 Deliverables
2.15.1 Pre-Works Deliverables
Pre-work deliverables shall include, but not be limited to:
Project Programme
Mobilisation Plan
Survey Procedures including Risk Assessments (RAMS)
HSEQ Management Arrangements, Policies and Certification
Project Emergency Response Plan (Including Notification Flow Chart)
Insurance Certificates
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 45 of 52
Vessel and Equipment Certification
Key Personnel CVs
Following contract award a kick-off meeting shall be held at the COMPANY Office between the
successful CONTRACTOR and COMPANY Representatives to clarify work scope, HSE
management, risk assessment review, daily reporting and mobilisation logistics.
2.15.2 Post-Works Deliverables
Mobilisation & Calibration Report
A complete, quality controlled draft survey report complete with historical data comparison where required and identified anomaly assessment, including draft final A0 paper charts must be presented to COMPANY no later than 2 weeks after demobilisation.
Charts:
Post MBES alignment charts detailing (A0). All identified anomalies to be to be identified and assessed within the final survey report and referenced to the alignment charts.
Overlay MBES alignment charts with historical data detailing any variations.
Audio & Visual:
All digital recordings shall be provided along with a file name, time stamp and KP index in not more than 1km intervals, supplied on HDD arranged within structured project tree.
All still images supplied on HDD arranged within structured project tree. All images and data shall be provided with; project title, position (in Grid Coordinates), KP, heading, depth, time and date.
The final survey report and all paper charts and digital deliverables will be presented to
COMPANY no later than 5 business days after receipt of COMPANY comments.
2.15.3 Daily Progress Reporting
CONTRACTOR shall provide a daily progress report by 9am each morning in an agreed format
detailing the previous 24 hours activities, DPRs as a minimum must include the following:
Project name
Time and date of the report and report number
Contacts and distribution list
HSE activities and reports, including toolbox talks, accidents, incidents, Safety Observation Cards and near misses
Summary of the work performed during the preceding 24 hours (% Completion)
Summary of the planned work for the following 24 hours
Diary of Events for the preceding 24 hours
Personnel on board
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 46 of 52
The CONTRACTOR may use FORM-M006 Daily Progress Report – Ref Appendix N, supplied by
COMPANY of their own equivalent alternative. The DPR shall be signed off daily by the vessel
Captain, Party Chief and COMPANY Representative.
2.15.4 Reporting & Charting
Plan views are required on alignment sheets of a suitable scale (A0 size), showing a bathymetry
corridor, centred on the cable route plus 15m to either side of the cable route centreline. A
proposed alignment sheet format shall be presented to the COMPANY for approval prior to
the commencement of the survey. Both Grid and Geographical coordinate systems shall be
shown on the alignment sheets.
Video shall be presented on a Hard Disc Drive (HDD) in a format suitable for viewing via
Microsoft Windows Media Player. All videos should be well titled (file name) and an index
supplied with a file name, time stamp and KP index in not more than 1km intervals, within a
structured project file to allow fast finding of key elements referenced in the final survey
report.
All images and data shall be provided with; project title position (in Grid Coordinates), KP,
heading, depth, time and date.
Draft final reports, in word and pdf format, must be delivered within 2 weeks of demobilisation
for review. CONTRACTOR shall present a final survey report (2 hard copies and electronic copy)
detailing all the operations and results of the survey as well as one full set of open format raw
survey data files within 5 business days of receiving COMPANY comments on the draft final
survey report.
2.15.5 Data Formatting
Where possible, data should be supplied in GIS formats or shape files (for vector data) and
GeoTIFF (for gridded data). For data not already in GIS format, such as .xlsx and .xyz, the data
file should be correctly formatted including:
Column headings should clearly detail contents of field and not include spaces or additional characters (i.e. “Filtered bottom” (ms) should be TimeFiltBottom)
Comma separated fields
Clearly marked projection (i.e. Column heading for eastings would be EastingsUTM30N)
Eastings and Northings in separate columns.
2.15.6 Metadata
Properly completed metadata is required to ensure traceability of information, as well as to
advise future users of the datasets on data origin and integrity. GIS files should come with
metadata compliant with known standards such as MEDIN, ISO 19115, INSPIRE and their
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 47 of 52
related XML implementations. As a minimum, the dataset should contain information on the
following variables:
Description of the file contents and its purpose
Usage rights
Date file was produced
Contact email address
Survey specification and resolution
Projection and datum
Projection transformations used and their parameters if necessary
Choice of interpolation technique for gridded data
Identification of sea-level and port used for any adjustments (i.e. is the data in CD, LAT, MSL).
For data not already in GIS format, a ‘read me’ text file containing the minimum fields as
detailed above shall be provided.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 48 of 52
3.0 Health, Safety Environment & Quality Health, safety and environmental protection shall be given foremost consideration in the
execution of the WORK and shall be promoted in a proactive and highly visible manner
throughout.
The CONTRACTOR should plan all activities necessary to meet the requirements of this Scope
of Work using an appropriate Health, Safety, Environmental and Quality (HSEQ) Management
system.
Wave Hub operates a ‘Permit to Operate’ system and all offshore works will require approval
from Wave Hub Ltd before being undertaken, a blank permit is appended at Appendix O for
information.
As a minimum, CONTRACTOR’s HSEQ System will address the following:
3.1 Health and Safety Management System CONTRACTOR shall comply with the requirements of the COMPANY Operational Management
System (OMS) of which the elements relevant to compiling a tender are appended to this scope
of work. Further communication, access and site safety requirements will be shared on
contract execution.
CONTRACTOR shall have documented a:
Health and Safety Statement or Policy;
Environmental Statement or Policy;
Quality Management Statement or Policy.
CONTRACTOR shall ensure that any subcontractor’s policies are in alignment with its stated
policies and shall take overall HSEQ responsibility for any subcontractors engaged to perform
any part of the Work.
CONTRACTOR will have named personnel, with job descriptions, from its project organisation
chart who will be responsible for the management and implementation of all HSEQ systems.
CONTRACTOR shall take all precautions necessary to protect all personnel (including
CONTRACTOR personnel, subcontractor personnel, employees or representatives of
COMPANY and any other persons who are at any time directly or indirectly affected by the
operations of the CONTRACTOR) during the performance of the Work.
COMPANY shall have the right to carry out audits of the CONTRACTOR’s Health and Safety
Management System at any time during the performance of the Work.
3.2 Competency and Co-ordination of Subcontractors CONTRACTOR shall ensure the competency of all subcontractors in relation to HSEQ matters.
HSEQ competence shall be a criterion in the selection of potential subcontractors.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 49 of 52
CONTRACTOR shall ensure that all its subcontractors allocate adequate resources to HSEQ
during the performance of the Work.
Subcontractors should be made aware that, where the CONTRACTOR fulfils the co-ordination
role, individual subcontractors are not relieved of their legal duties under H&S law.
3.3 Site Induction & Access CONTRACTOR shall ensure that vessel and works inductions are given to all personnel prior to
working on Site.
CONTRACTOR shall keep up to date records of all induction and daily toolbox talk attendance.
CONTRACTOR shall make arrangements to ensure that only authorised persons are permitted
to work. Authorised persons may be authorised collectively or individually, and may be
authorised to undertake all, or only parts of the work.
3.4 Contractors Health, Safety & Environmental Representative CONTRACTOR shall provide a single point of contact for all HSEQ issues. The nominated person
shall have appropriate experience and qualifications to discharge the following responsibilities,
as required:
Develop and update CONTRACTOR’s RAMS.
Ensure compliance with all applicable HSE legislation and Wave Hub requirements.
Provide near miss, incident and accident reporting and investigations and manage corrective actions.
Perform or co-ordinate CONTRACTOR’s internal HSE auditing
Develop works induction and daily toolbox talks and ensure records of all attendees are maintained.
Monitor and report safety performance statistics and observations.
3.5 Hazard Identification & Risk Assessments CONTRACTOR shall subject all Working Procedures and equipment intended for use during the
performance of the Work to a Hazard Identification and Risk Assessment (HIRA) process.
The HIRA process shall include normal and contingency situations and shall address hazards
to:
Personnel (including CONTRACTOR, subcontractor, COMPANY and third party personnel)
The environment
Any property or asset (including the Work) that may be affected.
All hazards identified shall be addressed by the application of appropriate mitigating measures
that will eliminate or mitigate associated risks to ALARP. Subcontractors and the vessel Master
should be included as appropriate.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 50 of 52
3.6 Personal Protective Equipment CONTRACTOR shall provide Personal Protective Equipment (PPE) for all personnel (including
COMPANY representative), appropriate to the task, work area or environment in which the
personnel will be working. PPE requirements will be based on risk assessments of the work
activities to be performed and must be vessel and site specific.
The use of PPE shall be mandatory, where specified for a given task, area or environment and
must be covered in daily toolbox talks. PPE must be fit for purpose and in good condition and
shall be used and maintained in accordance with the manufacturer’s recommendations.
3.7 Incident and Accident Reporting & Investigation CONTRACTOR shall report all tool box talks, unscheduled safety briefings, accidents, incidents
near misses and environmental or property damage on a daily basis via the Daily Progress
Report (DPR).
CONTRACTOR shall report and investigate all observations, near misses, non-conformances
incidents and accidents occurring at the worksite.
CONTRACTOR shall take such steps as may be required to prevent recurrence.
3.8 Quality Control CONTRACTOR shall be responsible for ensuring that the work is fully compliant with the
Contract requirements. The CONTRACTOR’s shall be responsible for quality control of the
works, including for those elements undertaken by its subcontractors, and includes all relevant
engineering, inspection, testing, dimensional control and certification documentation.
If it becomes apparent that CONTRACTOR or subcontractor agreed Quality Control Plan is
either inadequate or not being implemented, COMPANY reserves the right to request
CONTRACTOR to revise his working practices or increase its resources as necessary, at no
additional cost to COMPANY.
The daily progress report (DPR) should highlight and address any quality as well as safety issues
encountered in the undertaking of the works.
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 51 of 52
Appendices The following Appendices to this ITT are available in electronic format and are accessible for download
at www.wavehub.co.uk/about-us/tender-opportunities. It is the tenderer’s responsibility to ensure
correct download and receipt of the appendices detailed below to support preparation of a compliant
tender submission.
Appendix A. Wave Hub Asset Location Database 3 27-02-2017
Appendix B. OM-287-DR-026-A9 Wave Hub Location Plan
Appendix C. OM-287-DR-027-A6 Wave Hub Site Plan
Appendix D. DWG-0198-J64572-05 Wave Hub Export Cable KP Chart Rev A1
Appendix E. DWG-0289-J64604 Wave Hub Tails As Built - KP Chart Rev A5
Appendix F. 200904_metocean design basis_Metoc JP Kenny
Appendix G. 201303_shipping review_Anatec
Appendix H. Wave Hub WSI - Updated May 2016 - For Issue
Appendix I. OM-287-DR-024-A4_Developer System Schematic
Appendix J. OM-287-DR-021-A5_As-Built SLDs
Appendix K. OM-287-DR-025-A5_As-Built_Export SLDs
Appendix L. Wave Hub Schematic Feb 2017
Appendix M. Wave Hub Marine Operation Requirements:
a. MOR-004-General Purpose Vessels and Manning b. MOR-011-Diving and ROV Operations c. MOR-013-Contractor Operations Offshore d. MOR-017-Contractor Safety Management Requirements e. MOR-021-Roles and Responsibilities Overview
Appendix N. FORM-M006 Daily Progress Report
Appendix O. FORM-M015 Contractor Permit to Operate
Appendix P. 2017 Wave Hub Asset Survey Contract Administration Forms
Appendix Q. Wave Hub Contract_Installed Asset ROV & Bathymetry Survey_2017_A1
Attachments for CONTRACTOR Completion:
Appendix R. OM-287-TA-001_Pricing & Milestone Payment Schedule
Appendix S. FORM-M001 Contractor HSEQ Questionnaire
Wave Hub Installed Asset ROV & Bathymetry Survey - 2017
ITT Ref. WH/2017/TEN/04
Page 52 of 52
Document Revision History
Rev Date Reason for Issue Prepared Checked Approved
A1 31/05/17 Issued For Internal Review JLo PDr PSy
A2 05/06/17 Issued For Review JLo PDr JBe
C1 08/06/17 Issued For Construction JLo PSy JBe
Contact
Wave Hub Limited Offshore Marine Management Limited
Chi Gallos 55 Queen Square
Hayle Marine Renewables Business Park Bristol
North Quay BS1 4LH
Hayle United Kingdom
TR27 4DD
United Kingdom
T: +44 (0) 173 680 0290 T: +44 (0) 777 223 6801
E: enquiries@wavehub.co.uk E: JonathanL@offshoremm.com
top related