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.

02 Contract Notice

Metal Mine Feasibility, Blow Out Prevention Assessment, Design & Installation

  • First published: 12 April 2018
  • Last modified: 08 October 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-080650
Published by:
Natural Resources Wales
Authority ID:
AA0110
Publication date:
12 April 2018
Deadline date:
07 October 2019
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 71241000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning 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:
12 April 2018
Deadline date:
07 October 2019 00:00
Notice type:
02 Contract Notice
Authority name:
Natural Resources Wales
Publication date:
09 October 2019
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
Natural Resources Wales

About the buyer

Main contact:
heidi.pawlin@cyfoethnaturiolcymru.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
08/10/2019 07:48
Notice Cancelled
This notice has been cancelled. The original deadline date of 16/05/2018 is no longer applicable.

This notice is no longer required new notice was published January 2018

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.