Marine Survey Framework
A Utilities Contract Award Notice
by NATIONAL GRID UK LIMITED
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 6 year (est.)
- Value
- ___
- Sector
- ENVIRONMENT
- Published
- 01 Sep 2025
- Delivery
- To 01 Sep 2031 (est.)
- Deadline
- n/a
Concepts
Location
London
2 buyers
- National Grid London
1 supplier
- Unnamed None
Description
National Grid is an international Electricity and Gas Network Company based in the UK, with operations in north-eastern US. And one of the largest investor-owned energy companies in the world. National Grid are looking to set up a multi-year Marine Survey Framework to service offshore cable laying as part of the Great Grid Upgrade and may be utilised in the future for any Hydrogen Pipeline projects as applicable. The Framework will cover the full gamut of survey disciplines required for cable lay and subsequent maintenance. Including Geophysical, Geotechnical, Environmental, Intertidal/landing, Unexploded Ordinance, Maintenance with flexibility to award Turnkey requirements. The Framework is seen as being an important part of National Grid's maritime requirements to allow for a more rapid contracting of surveys potentially in parallel with other project elements that traditionally have been programmed sequentially. All data and associated metadata resulting from these surveys will be required to fall in line with relevant UK and international standards such as IHO S44, EUNIS and MEDIN to enable data archiving and sharing as required. Page 4 to 37 National Grid has committed in our Climate Transition Plan to achieve close to zero emissions by 2050 and science based intermediary targets aligned to a 1.5 degree pathway for our UK Electricity Transmission, System Operator and Distribution businesses. To achieve this ambitious target, we need to ensure all our suppliers are on a similar path and this Framework will look to leverage novel and autonomous technologies to achieve this. The Framework will look to incentivise companies on the Framework to reduce the project footprint where possible. All projects will also require the companies to provide accurate carbon footprint reporting.
Lot Division
1 | Geophysical Non-intrusive surveys generally for route development along a corridor of seabed, including the collection, processing, reporting and delivery of bathymetric data; seabed classification and detection of objects with dimensions of 0.25m and larger; identification and characterisation of the sub-sea floor to around 25m depth; sub-surface measurements at landfall and detection of larger scale anthropomorphic magnetic anomalies such as pipelines and wrecks. This lot may also be used for maintenance where deemed necessary due to the scale or technical requirements. Collection methods are not limited to but currently utilise Single and Multi-beam Echo Sounders, Side Scan Sonars, Sub-Bottom Profilers, seismic refraction equipment and Magnetometers. ROV work utilising equipment mentioned above, video and pipe trackers may also be required where existing assets are being crossed or where maintenance work requires larger assets to be deployed. Award Criteria
| ||
2 | Geotechnical Intrusive surveys to resolve the composition of the upper layers (5 to 10m) of seabed sediment along corridors already subject to a geophysical survey. Collection methods are not limited to, but currently utilise Core Penetration Tests and Vibrocorer sampling. This Page 9 to 37 work includes data collection from the landfall area to offshore. Nearshore, Intertidal and land elements may include the requirement for borehole testing to approximately 20m depth. A variety of companies are being sought that can offer coverage of all areas as well as those that may only offer a subset of the geographical scopes. | ||
3 | Environmental Collection of data to establish the benthic ecology along chosen routes. Currently utilises the interpretation of acoustic geophysical data, video and photographic surveys of the benthic environment and benthic grab/core sampling, although other techniques such as eDNA sampling may be considered depending on the agreement of consent agencies. Laboratory testing of samples and subsequent reporting will be included with this work. This work includes data collection from the intertidal area to offshore. A variety of companies are being sought that can offer coverage of all areas as well as those that may only offer a subset of the geographical scopes. | ||
4 | Intertidal/Landing Non-intrusive survey of the intertidal and topographic elements of the cable landing site utilising bathymetric/topographic lidar and imagery techniques to provide a continuous elevation model and classification of the seabed/land. It is expected that this will be from approximately from the 5m LAT depth contour to at least 250m inland but may extend further in both directions depending on project requirements. While it is expected that manned platforms will be required for some of this work, UAV operations for smaller area requirements may also be suitable. This work may include regular operation and maintenance surveys to assess the physical security of the cable in this zone. | ||
5 | UXO Route Survey Collection of both land and marine detailed hi-resolution geophysical data to allow the provision of potential UXO targets to be identified. This will include a range of non-intrusive marine techniques including Multi-Beam Echo Sounders, Side Scan Sonars and Magnetometers but optimised for UXO detection and identification along a narrower route corridor. Land surveys will be in line with industry best practice currently utilising magnetometers only. | ||
6 | UXO Target Investigation. Nearshore Diving Following the successful acquisition of UXO Survey data as described in Lot 5, target investigation on identified potential targets is required to confirm status. This nearshore scope is for water depths less than circa 10m where diving is the only practical solution to identify targets due to water depth. Visual identification and a target inspection report is required for each target. | ||
7 | UXO Target Investigation: Offshore ROV Following the successful acquisition of UXO Survey data as described in Lot 5, target investigation on identified potential targets is required to confirm status. This nearshore scope is for water depths greater than circa 10m where an ROV solution is possible to identify targets due to sufficient water depth. Visual identification and an inspection report is required for each target. | ||
8 | UXO Clearance/Detonation Following the confirmed identification of UXO from Lot 5-7, it is requested that a solution is presented to safely neutralise the ordnance using best industry practice to allow a clearance certificate to be produced. Techniques may include detonation, low-order detonation, Page 28 to 37 removal, or other innovative solutions to safely remove the threat of the confirmed ordnance. The use of bubble curtains and other environmental mitigations may be required dependent on location and size of ordnance. | ||
9 | Low Carbon Geophysical / Small Maintenance Projects A non-intrusive survey to provide an initial assessment of potential routes and assessment of the continued physical security of in-service subsea assets. It is expected that this will generally utilise Multi-Beam Echo Sounders and backscatter, as well as Side Scan Sonar and magnetometer for some projects. This work includes data collection from the intertidal area to offshore and involves a comparison of data from previous surveys. Autonomous platforms to reduce the carbon footprint of the operations would be considered for this work and other novel approaches aimed at reducing the carbon footprint of the projects are desirable. |
Award Detail
1 | Unnamed (None) |
2 | Unnamed (None) |
3 | Unnamed (None) |
4 | Unnamed (None) |
5 | Unnamed (None) |
6 | Unnamed (None) |
7 | Unnamed (None) |
8 | Unnamed (None) |
9 | Unnamed (None) |
10 | Unnamed (None) |
11 | Unnamed (None) |
12 | Unnamed (None) |
13 | Unnamed (None) |
14 | Unnamed (None) |
15 | Unnamed (None) |
16 | Unnamed (None) |
17 | Unnamed (None) |
18 | Unnamed (None) |
19 | Unnamed (None) |
CPV Codes
- 71354500 - Marine survey services
Indicators
Other Information
To register your interest in this Procurement event and to obtain the pre-qualification documentation applicants are to email: box.gp.ukbuyerngv@nationalgrid.com using the wording 'Registering Interest for Marine Survey Framework (if you have them) your Ariba AN number (Network ID), name, email address and contact phone number for all contacts within your organisation who will need to receive Ariba messages and administer your online submissions. Following receipt of this information National Grid will invite you to the Ariba event where all the pre-qualification documentation is contained including further instructions. Please note if you have already engaged with us as part of our market engagement and Request for Information activities, National Grid may already have invited you to the Ariba Event upon launch of the tender.
Reference
- FTS 052973-2025