Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Marine / Coastal Offshore Casework Advice

  • First published: 21 January 2014
  • Last modified: 24 February 2014

Contents

Summary

OCID:
ocds-kuma6s-003997
Published by:
Natural Resources Wales
Authority ID:
AA0110
Publication date:
21 January 2014
Deadline date:
07 March 2014
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 CPV: 73112000, 98360000.

Full notice text

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
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Welsh Government Sponsored Body
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Marine / 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 contract

27

II.1.2)

Main site or location of works, place of delivery or performance

Bangor, Gwynedd



UKL12

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

4

Duration of the framework agreement

4

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
98360000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

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

Unchecked box
Unchecked box

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


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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


Coding

Commodity categories

ID Title Parent category
73112000 Marine research services Research services
98360000 Marine services Miscellaneous services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
21 January 2014
Deadline date:
07 March 2014 00:00
Notice type:
Contract Notice
Authority name:
Natural Resources Wales
Publication date:
24 February 2014
Notice type:
Additional Information
Authority name:
Natural Resources Wales
Publication date:
03 October 2014
Notice type:
Contract Award Notice
Authority name:
Natural Resources Wales
Publication date:
10 October 2014
Notice type:
Contract Award Notice
Authority name:
Natural Resources Wales
Publication date:
03 October 2014
Notice type:
Contract Award Notice
Authority name:
Natural Resources Wales
Publication date:
14 November 2014
Notice type:
Contract Award Notice
Authority name:
Natural Resources Wales
Publication date:
05 December 2014
Notice type:
Contract Award Notice
Authority name:
Natural Resources Wales
Publication date:
12 December 2014
Notice type:
Contract Award Notice
Authority name:
Natural Resources Wales

Further information

Date Details
07/02/2014 15:03
Evaluation weightings - clarification
Clarification on weightings. Price weightings outlined in ITT under section 5.5 (I) for ease of reference are now clearly identified in table format with quality weightings.
07/02/2014 15:05
ADDED FILE: Clarify Evaluation
Price weightings included in table for ease of reference.
20/02/2014 10:25
ADDED FILE: EMS Policy v2 Bilingual
For information detail of NRW Environmental Policy
20/02/2014 17:06
REPLACED FILE: ITT 362 ACCW 13
Invitation to Tender - Amendment in part I.
24/02/2014 12:01
Question and Answers deadline change
The deadline for submission of questions through the online Q&A function has been changed as below.
Old question submission deadline: 21/02/2014 17:00
New question submission deadline: 24/02/2014 17:00
Please ensure that you have submitted all questions before the new date.
24/02/2014 12:06
Submission Deadline/Application Deadline Date(s) Changed

The Application Deadline date was changed from 21/02/2014 to 24/02/2014.

To allow requested interested supplier to register interest
24/02/2014 12:09
Question and Answers deadline change
The deadline for submission of questions through the online Q&A function has been changed as below.
Old question submission deadline: 24/02/2014 17:00
New question submission deadline: 28/02/2014 13:00
Please ensure that you have submitted all questions before the new date.
25/02/2014 12:36
REPLACED FILE: 362 ITT
Invitation to Tender - Amendment to Insurance liability to £1 million.

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

DOC
DOC39.00 KB
This file may not be accessible.
pdf
pdf186.19 KB
This file may not be accessible.
DOC
DOC112.50 KB
This file may not be accessible.
DOC
DOC73.00 KB
This file may not be accessible.
DOC
DOC107.00 KB
This file may not be accessible.
DOC
DOC74.00 KB
This file may not be accessible.
DOC
DOC80.00 KB
This file may not be accessible.
DOC
DOC116.00 KB
This file may not be accessible.
DOC
DOC813.00 KB
This file may not be accessible.
pdf
pdf46.63 KB
This file may not be accessible.

Replaced documents

DOC
813.00 KB
DOC

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.