CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Natural Resources Wales |
Maes y Ffynnon, |
Bangor |
LL57 2DW |
UK |
Procurement
Llinos Hughes |
+44 1248387153 |
procurement.bangor@naturalresourceswales.gov.uk |
|
http://naturalresourceswales.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
Welsh Government Sponsored Body |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityMarine / Coastal Offshore Casework Advice |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Bangor, Gwynedd
UKL12 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged4 |
|
Duration of the framework agreement4 |
|
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)
We will be awarding a Framework agreement for the supply of consultancy services on a range of topic areas for Marine and Coastal Casework.
Our intention is to award this Framework for a period of 4 years.
Framework will be split into 6 lots:
1. Marine Mammals
2. Ornithology
3. Coastal/Marine Physical Processes and Geomorphology
4. Statistical analysis and design – Benthic Ecology
5. Ecological Sensitivity – Benthic habitats, benthic species and fish
6. Plankton
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=3997.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73112000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
|
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 07-04-2014 07-04-2018 |
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
Delivery Payment
|
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
If you are bidding as a consortium, you must provide the following information:
- full details of the consortium; and
- the information sought in this ITT for each of the consortium’s constituent members as part of a single complete response.
You should provide details of the actual or proposed percentage shareholding of the constituent members within the consortium in a separate Annex. If as a consortium you are not proposing to form a corporate entity, please provide full details of alternative proposed arrangements in the Annex. However, please note we reserve the right to require a successful consortium to form a single legal entity under Regulation 28 of the Public Contracts Regulations 2006.
We recognise that arrangements about consortia may (within limits) be subject to future change. You should therefore respond in the light of current arrangements. We remind you that you must tell us about any future proposed change to your consortia so we can make a further assessment by applying the selection criteria to the new information you provide.
|
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
(1) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
What was your turnover in each of the last two financial years (if you are a consortium please state aggregated turnover)?
Please state if you are able to provide one of the following set out below:
A copy of your audited accounts for the most recent two years.
A statement of your turnover, profit & loss account and cash flow for the most recent year of trading.
A statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position.
Alternative means of demonstrating financial status if trading for less than a year.
See Part B in ITT
|
III.2.3)
|
Technical capacity
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
|
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
362 ACCW 13
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 21-02-2014
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 07-03-2014
14:00 |
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 07-04-2014 |
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
07-03-2014
14:00 Procuement Department, Natural Resources for Wales, Maes y Ffynnon, Penrhosgarnedd, Bangor, Gwynedd
|
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:3997)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Natural Resources Wales |
Procurement Department, Natural Resources for Wales, Maes y Ffynnnon, Penrhosgarnedd |
Bangor |
LL57 2DN |
UK |
procurement.bangor@naturalresourceswales.gov.uk |
+44 1248387195 |
www.naturalresourceswales.gov.uk |
|
|
|
Body responsible for mediation procedures
Chartrered Insistute of Arbriators |
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 21-01-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Natural Resources Wales |
Maes y Ffynnon |
Bangor |
LL57 2DW |
UK |
Procurement
Llinos Hughes |
+44 1248387153 |
llinos.hughes@naturalresourceswales.gov.uk |
|
http://naturalresourceswales.gov.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Natural Resources Wales |
Maes y Ffynnon |
Bangor |
LL57 2DW |
UK |
Procurement
Llinos Hughes |
+44 1248387153 |
llinos.hughes@naturalresourceswales.gov.uk |
|
http://naturalresourceswales.gov.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Natural Resources Wales |
Maes y Ffynnon |
Bangor |
LL57 2DW |
UK |
Procurement
Llinos Hughes |
+44 1248387153 |
llinos.hughes@naturalresourceswales.gov.uk |
|
http://naturalresourceswales.gov.uk |
|
|
ANNEX B
Information About Lots
|
1
Marine Mammals |
1)
|
Short Description
Independent expert input on marine mammal aspects of marine and coastal casework, particularly (but not exclusively) marine renewable energy proposals. Key aspects of advice would include, for example, underwater acoustics and the effects of noise on marine mammals (population consequences); survey/monitoring techniques and analysis of survey data (e.g. distance sampling, density surface modelling); statistical analysis/modelling techniques; the application of Potential Biological Removal techniques and other ‘harvest/collision’ models; cumulative and in-combination impacts assessment; population structuring, e.g. with respect to potential management units; and the effectiveness of mitigation approaches.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73112000 |
|
|
|
|
|
3)
|
Quantity or scope
4 years
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
Ornithology |
1)
|
Short Description
Independent expert input on ornithology aspects of marine and coastal casework, with an emphasis on offshore wind developments. Key aspects of advice would be on statistical analysis/modelling approaches e.g. the application of Potential Biological Removal techniques and Collision Risk Modelling, survey techniques and analysis of survey data e.g. distance sampling, density surface modelling.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73112000 |
|
|
|
|
|
3)
|
Quantity or scope
4 years
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
Coastal/Marine Physical Processes and Geomorphology |
1)
|
Short Description
Independent expert input with respect to coastal / physical process and water quality aspects of marine and coastal casework, in particular marine renewable energy proposals. Key aspects of advice would include recommendations for data collection/collation, analysis, modelling and interpretation to ensure that a robust impact assessment is undertaken. One of the main tasks will be to review detailed modelling outputs and advise on robustness/validity. Constructing and running hydrodynamic models to provide NRW with evidence on proposed impacts of management measures in the field of water quality will also be required. Advice on monitoring may also be required.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73112000 |
|
|
|
|
|
3)
|
Quantity or scope
4 years
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
4
Statistical analysis and design - Benthic Ecology |
1)
|
Short Description
Independent expert input with respect to the design and subsequent statistical analysis of benthic surveys, including characterisation surveys carried out as part of the EIA process and post consent / construction benthic monitoring programmes.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73112000 |
|
|
|
|
|
3)
|
Quantity or scope
4 years
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
5
Ecological Sensitivity – Benthic habitats, benthic species and fish |
1)
|
Short Description
Independent expert input with respect to the sensitivity of intertidal and subtidal benthic habitats and species to anthropogenic impacts e.g. disturbance, physical barriers causing changes in tidal amplitude, dredging and dredge material disposal, sediment composition modification, accidental introduction of INNS. Also to include expert input on fish ecology aspects of marine and coastal casework. Advice on mitigation and compensation, especially in intertidal and coastal habitats may also be required.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73112000 |
|
|
|
|
|
3)
|
Quantity or scope
4 years
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
6
Plankton |
1)
|
Short Description
Independent expert input with respect to impacts on pelagic ecosystems. To include advice on impingement and entrainment of plankton in power station cooling systems.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73112000 |
|
|
|
|
|
3)
|
Quantity or scope
4 years
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|