CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Natural Resources Wales |
Ty Cambria House, 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
Procurement
Julie Dyer |
+44 2920466213 |
julie.dyer@naturalresourceswales.gov.uk |
+44 2920466406 |
http://naturalresourceswales.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110
www.sell2wales.gov.uk
www.sell2wales.gov.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAcross Wales Intertidal Monitoring Project |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract11 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement48 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement250000344000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Summary of Background
Natural Resources Wales has a statutory duty (formerly held by the Countryside Council for Wales) to produce advice under Regulation 35 (formerly Regulation 33) of the Habitats Regulations 1994 (updated 2010), which states:
“As soon as possible after a site becomes a European marine site, [NRW / NE] shall advise other relevant authorities as to –
- the conservation objectives for that site, and
- any operations which may cause deterioration of natural habitats or ... disturbance of species, for which the site has been designated.”
The Regulation 35 advice package is the foundation for feature condition monitoring, which is required in order for NRW to fulfil its function of reporting on whether features are in Favourable Conservation Status (FCS). The Habitats Directive establishes that the management of Special Areas of Conservation (SACs) should aim to achieve the FCS of habitat and species features. Features can be, for example, an entire habitat, a range of plant/animal communities, an individual plant/animal community or individual species. In the case of the Habitats Directive, the features are the habitats and species listed in Annex I and Annex II for which the individual site has been selected.
To inform management and enable reporting on the FCS of intertidal habitats of SAC, Special Protection Areas (SPAs: Birds Directive) and Sites of Special Scientific Interest (SSSIs), NRW require implementation of an intertidal monitoring program through contracting in additional capacity. NRW staff and the Contractor, in consultation, will continue to develop and implement the monitoring programme for each statutory site. Previous and current intertidal SAC monitoring in Wales has involved modified ‘Intertidal Phase 1’ methods; fixed and random quadrats; intertidal sediment cores and photographic techniques.
The fieldwork will be conducted within Wales and spread between statutory sites that contain intertidal features. The project will focus on sub-habitats of the broad SAC features: intertidal mudflats and sandflats, reefs (including biogenic reefs), shallow inlets and bays and estuaries.
The contractors will maintain a close working relationship with NRW marine specialist staff in the design, implementation and analysis; and provide regular presentation, reporting, analysis and interpretation of the monitoring work, including identifying opportunities to publish the monitoring work in scientific and other journals. The program will harmonise the monitoring work with Water Framework Directive and the Marine Strategy Framework Directive monitoring objectives where they overlap.
This program of work requires up to 5 weeks (25 days) of intertidal fieldwork, typically using an effective team of two skilled contractors, plus an assistant. For extensive sediment surveys, it may be better value for money to increase the number of less skilled personnel. A further member of NRW staff will make up the team of 4 surveyors as standard (this can be varied, within the scope of the required survey work).
The following are essential requirements:
- Numerous years’ experience in planning and carrying out marine intertidal rocky and sediment surveys. The requirement to be able to cross difficult terrain and sediment flats is important in this contract.
- A high level of skill in the identification of marine intertidal and shallow sublittoral animals and plants.
- An appropriate quality assurance mechanism, to ensure good quality data and reports.
- A proven record of data analysis, presentation and report writing in marine ecology.
The following are desirable requirements:
- Experience in data management and archiving in line with MEDIN guidelines.
- Have an understanding of the Habitats Directive and Water Framework Directive.
- Some experience in operating from small boats.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=16894.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
90700000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe project will focus on sub-habitats of the broad SAC features: intertidal mudflats and sandflats, reefs (including biogenic reefs), shallow inlets and bays and estuaries.
2.1. Aims
-To complete fieldwork monitoring across Wales using existing monitoring techniques, on an annual basis.
-To further develop and establish a programme of monitoring work for statutory sites with intertidal habitat and species features in Wales.
-To maintain a close working relationship between the contractors and NRW marine specialist staff in the design, implementation, analysis and reporting of the marine intertidal monitoring program.
-To harmonise the programme of monitoring work in SACs with Water Framework Directive and the Marine Strategy Framework Directive monitoring objectives where they overlap.
- To provide regular presentation, reporting, analysis and interpretation of the monitoring work, including identifying opportunities to publish the monitoring work in scientific and other journals. |
|
250000400000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion48 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
|
III.2.2)
|
Economic and financial capacity
|
III.2.3)
|
Technical capacity
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
WDM002
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 08-12-2014
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 22-12-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
22-12-2014
12:00 Cardiff
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
(WA Ref:16894)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Natural Resources Wales |
Ty Cambria House 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
julie.dyer@naturalresourceswales.gov.uk |
+44 2920466213 |
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 28-10-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Natural Resources Wales |
Ty Cambria House, 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
Procurement
Julie Dyer |
+44 2920466213 |
julie.dyer@naturalresourceswales.gov.uk |
+44 2920466406 |
http://naturalresourceswales.gov.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Natural Resources Wales |
Ty Cambria House, 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
Procurement
Julie Dyer |
+44 2920466213 |
julie.dyer@naturalresourceswales.gov.uk |
+44 2920466406 |
http://naturalresourceswales.gov.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Natural Resources Wales |
Ty Cambria House, 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
Procurement
Julie Dyer |
+44 2920466213 |
julie.dyer@naturalresourceswales.gov.uk |
+44 2920466406 |
http://naturalresourceswales.gov.uk |
|