Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
UK
Contact person: Rebecca White
Telephone: +44 3000654504
E-mail: procurement.ns@naturalresourceswales.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://naturalresourceswales.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Marine Licensing and Specialist Advice Framework
II.1.2) Main CPV code
98360000
II.1.3) Type of contract
Services
II.1.4) Short description
NRW Marine Licensing Team are currently tendering for the provision of specialist technical advice on the impacts to the environment from marine licence applications. Whilst NRW hosts a number of environmental specialists, there are a number of reasons for NRW MLT to seek additional technical services. Primarily, advice is required in specialist areas outside of the remit of NRW specialists. Alternatively, NRW MLT may require advice within a short timescale beyond the resource capacity available within NRW at the given time.
This framework also covers the provision of sampling plans and analysis associated with applications for dredge-disposal applications and water quality modelling advice. NRW may require these services on main rivers as well.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Sampling and Analysis Services
II.2.2) Additional CPV code(s)
71900000
73111000
71354500
73112000
98361000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Throughout Wales
II.2.4) Description of the procurement
Provision of the following in response to applications for disposal of dredge arisings at sea:
- Sampling plans
- Sampling analysis
- Sampling reports (including suitability for disposal)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be fixed initially for two years. Subject to performance, budget and workload the framework will be extended by another year up to an additional two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Specialist Advice Services
II.2.2) Additional CPV code(s)
71354500
73112000
90712300
98360000
98361000
90713000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Throughout Wales
II.2.4) Description of the procurement
Provision of general advice in response to specific requests regarding the following environmental areas:
- Marine noise and vibration
- Fish (marine, shellfish and aquaculture, fish telemetry, Computerised Fluid Dynamic modelling)
- Modelling e.g. fish impacts, coastal processes, marine mammal collision modelling
- Statistical design of environmental monitoring
- Benthic ecology
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be fixed initially for two years. Subject to performance, budget and workload the framework will be extended by another year up to an additional two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Multi-discipline (Specialist Services)
II.2.2) Additional CPV code(s)
71354500
73112000
90712300
98360000
98361000
71900000
73111000
90713000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Throughout Wales
II.2.4) Description of the procurement
This is a multi-discipline lot which covers all the services in Lots 1 and 2.
Provision of the following in response to applications for disposal of dredge arisings at sea:
- Sampling plans
- Sampling analysis
- Sampling reports (including suitability for disposal)
Provision of general advice in response to specific requests regarding the following environmental areas:
- Marine noise and vibration
- Fish (marine, shellfish and aquaculture, fish telemetry, Computerised Fluid Dynamic modelling)
- Modelling e.g. fish impacts, coastal processes, marine mammal collision modelling
- Statistical design of environmental monitoring
- Benthic ecology
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be fixed initially for two years. Subject to performance, budget and workload the framework will be extended by another year up to an additional two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Expert Advice on Marine Water Quality Modelling
II.2.2) Additional CPV code(s)
98360000
98361000
73112000
71354500
90713000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Throughout Wales
II.2.4) Description of the procurement
In the provision of service for this lot, the provider will be able to:
- Understand, analyse and explain hydrodynamic modelling;
- Understand, analyse and explain water quality modelling specifically in terms of coastal thermal, and other (e.g. sewerage, drainage), discharges to the marine environment;
- Understand, analyse and explain water quality modelling specifically in terms of changes to the phytoplankton population, nutrient concentrations, stratification and suspended sediment, and sewage/freshwater discharges;
- Determine if a given model is fit-for-purpose;
- Liaise with NRW modellers to agree consistent approach;
- Liaise with NRW non-modellers (e.g. ecologists) to explain the outputs of the water quality modelling;
- Liaise with other Agency (EA, NE) experts for consistency of approach
- Understand the sensitive receptors e.g. bathing waters, Water Framework Directive and Habitats Directive.
This lot includes the provision of pre-application advice on a number of projects anticipated to require consents from NRW within the next 2 years, including Wylfa Newydd and Tidal Lagoon Cardiff. Pre-application advice will include advice on the thermal discharge including TRO content and for WFD receptors such as water column transparency.
The supplier will be required to provide technical opinion documents during NRW’s statutory consultation stage. Potentially, the provision of evidence at examinations may be required. Successful bidders will be able to a) provide advice for these water quality areas, b) be able to defend the advice during examination and c) be able to write opinion of the model.
The supplier for Lot 3 will be available to give pre-application advice on modelling prior to May 2017 and be available to complete parts b) and c) above thereafter.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The framework will be fixed initially for two years. Subject to performance, budget and workload the framework will be extended by another year up to an additional two years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 12
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/03/2017
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
28/03/2017
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
INSTRUCTIONS FOR SUBMITTING AN EXPRESSION OF INTEREST / COMPLETING THE ITT
i) Suppliers should register on the eTendering portal https://etenderwales.bravosolution.co.uk
ii) Once registered, suppliers must express their interest as follows
a) login to the eTendering portal
b) select ITT'
c) select 'ITTs Open To All Suppliers'
d) access the listing relating to the contract (itt_60029 "Marine Licensing and Specialist Advice Framework") and view details
e) click on 'Express Interest' button in the 'Actions' box on the left hand side of the page
iii) Once you have expressed interest, the ITT will move to 'My ITTs', where you can view documwhere you can download and where you can construct your reply as instructed. You must then publish your reply using the publish button.
iv) For any support in submitting your expression of interest, please contact the eTendering helpdesk on 0800 0112470 or at help@bravosolution.co.uk.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=62310
(WA Ref:62310)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
UK
Telephone: +44 3000654504
E-mail: procurement.ns@naturalresourceswales.gov.uk
Internet address(es)
URL: http://naturalresourceswales.gov.uk
VI.5) Date of dispatch of this notice
20/02/2017