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: Ms Pawlin
Telephone: +44 3000654391
E-mail: heidi.pawlin@cyfoethnaturiolcymru.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/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Metal Mine Feasibility, Blow Out Prevention Assessment, Design & Installation
Reference number: 36456
II.1.2) Main CPV code
71241000
II.1.3) Type of contract
Services
II.1.4) Short description
Metal mine sites present significant sources of water pollution. Across Wales abandoned mines are the number one reason for water bodies failing to achieve ‘Good Status’ under the Water Framework Directive (WFD). NRW engaged the Coal Authority to review our assessment work at selected mines in order to prioritise these sites and develop a programme of work with a view to constructing at least one metal mine water treatment scheme. The Coal Authority published their report in August 2016 and Abbey Consols was the favoured site. The recommendations included (and this work includes) undertaking initial feasibility of five sites in order to take two sites through to full feasibility, allowing their design and specification to be prepared. A number of other recommendations include assessing blow out potential at select sites and mine hazard assessment.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
At bidders premesis, some site visits and meeting at NRW offices
II.2.4) Description of the procurement
Metal mine sites present significant sources of water pollution. Across Wales abandoned mines are the number one reason for water bodies failing to achieve ‘Good Status’ under the Water Framework Directive (WFD). NRW engaged the Coal Authority to review our assessment work at selected mines in order to prioritise these sites and develop a programme of work with a view to constructing at least one metal mine water treatment scheme. The Coal Authority published their report in August 2016 and Abbey Consols was the favoured site. The recommendations (and this work includes) included undertaking initial feasibility of five sites in order to take two sites through to full feasibility, allowing their design and specification to be prepared. A number of other recommendations include assessing blow out potential at select sites and mine hazard assessment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology - Feasibility, Benefits Assessment & Treatability Trial – 35%
/ Weighting: 35
Quality criterion: Methodology – Blow Out Prevention – 20%
/ Weighting: 20
Quality criterion: Methodology for ALL other ancillary assessments / work elements – 5%
/ Weighting: 5
Quality criterion: Project/Programme Management & SHEQ – 5%
/ Weighting: 5
Quality criterion: Environmental Appraisal Aspects – 15%
/ Weighting: 15
Quality criterion: Individual Experience & Key Staff – 15%
/ Weighting: 15
Quality criterion: Innovation & Added Value – 5%
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/06/2018
End:
09/06/2018
This contract is subject to renewal: Yes
Description of renewals:
Anticipated start date 1st June, programme length down to bidders to propose
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:
Yes
Description of options:
Additional identified work that NRW reserves the right to add to this contract via Compensation Event, based on supplier performance and value for money quotes being provided is detailed in the ITT in Section 8.4 - Additional Information. The activities are all related to progressing the work.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
See ITT document for details. Certain company experience is required.
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.2.2) Contract performance conditions
See ITT
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.1.8) 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:
16/05/2018
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/05/2018
Local time: 10:00
Place:
etenderwales - all proposals must be submitted through etenderwales
Information about authorised persons and opening procedure:
Procurement will only be able to open proposals after the deadline
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Go to etenderwales to view the ITT (67515) under Project (36456) which is available immediately upon publication of this notice.
NOTE: The authority is using eTenderwales to carry out this procurement process.
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=80650
(WA Ref:80650)
The buyer considers that this contract is suitable for consortia bidding.
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 3000654391
E-mail: heidi.pawlin@cyfoethnaturiolcymru.gov.uk
Internet address(es)
URL: http://naturalresourceswales.gov.uk
VI.5) Date of dispatch of this notice
10/04/2018