CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Natural Resources Wales |
Maes y Ffynnon , Penrhosgarnedd |
Bangor |
Ll57 2DW |
UK |
Peter Lees |
+44 3000654916 |
procurement.ops@cyfoethnaturiolcymru.gov.uk |
|
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 authorityMaintenance of Navigation Aids - Dee Estuary |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1 |
II.1.2)
|
Main site or location of works, place of delivery or performance
River Dee and its estuary known as the Dee Conservancy
UKL23 |
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 agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Natural Resources Wales (NRW) wish to appoint a Contractor to provide those services, which will be undertaken strictly in accordance with the Dee Conservancy Harbour Master’s instructions. The Contractor will have detailed knowledge of the Dee Conservancy and be experienced in undertaking the various activities referred to in that environment.
The services may be summarised as:
- Establishing and removing fixed and floating aids to navigation,
- Undertaking scheduled maintenance and unplanned repairs of fixed and floating aids to navigation.
- Provide an emergency call–out capability to respond to requests from the Harbour Master or Waterways manager for urgent inspection and/or repair of all installed aids to navigation,
- design, fabrication and installation of equipment to specification as required by the Harbour Master.
- conducting scheduled inspections,
- providing and operating a suitable vessel to transport the Dee Conservancy Harbour Master on all parts of the Dee Conservancy.
- providing and operating a suitable vessel to enable the Harbour Master undertake bathymetric survey work throughout the Conservancy area.
- Receiving and storing, in appropriate secure premises within the area, spare buoys, their moorings and other items of equipment.
The Contractor will be required to provide all the appropriate resources necessary to conduct these and other marine services safely and efficiently.
The services to be provided by the Contractor are further described under two categories:
1.0 Scheduled Marine Services,
and
2.0 Unscheduled Marine Services.
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=32511.
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)
|
|
|
|
98360000 |
|
|
|
|
|
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
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeExcluding VAT
200,000 - 350,000 |
|
|
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 completion 02-11-2015 31-10-2019 |
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
Installment Payments
|
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
Each economic operator will be jointly and severally liable for the performance of the contracts
|
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
Information and formalities necessary for evaluating if requirements are met; Evidence of economic and financial standing and technical competence will be required, questionnaires are within the ITT
|
III.2.2)
|
Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: As specified in tender documentation
|
III.2.3)
|
Technical capacity
Information and formalities necessary for evaluating if requirements are met: As specified in the tender documentation.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
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
NRW00027
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 08-10-2015
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
Welsh
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 3
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
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:32511)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Head of Procurement, Natural Resources Wales |
Ty Cambria, 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
enquiries@naturalresourceswales.gov.uk |
+44 03000654916 |
www.naturalresourceswales.gov.uk |
|
|
|
Body responsible for mediation procedures
Chartered Insistute of Arbitrators |
12 Bloomsbury Square |
London |
WC1A 2LP |
UK |
|
|
|
|
|
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 31-08-2015 |