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

Diving Services Framework 2022

  • First published: 08 December 2021
  • Last modified: 08 December 2021

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-116555
Published by:
Natural Resources Wales
Authority ID:
AA0110
Publication date:
08 December 2021
Deadline date:
14 January 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The management of Special Areas of Conservation (SACs) should aim to achieve the ‘favourable conservation status’ (FCS) of habitat and species features. Features can be: an entire habitat; a range of plant/animal communities; an individual plant/animal community; or individual species. In the case of SACs, the features are the habitats and/or species listed in Annex I and Annex II of the Habitats Directive for which the individual MPAs were designated. To inform management and enable reporting on the FCS of the subtidal aspects of the SACs, NRW undertakes diving monitoring work. A monitoring work programme has been established for each statutory site by NRW. The programme, or parts thereof, will be implemented by the contractor working as part of a team alongside NRW specialist staff. NRW in conjunction with specialist diving biologist contractors completed multiple field seasons of diving monitoring work across Wales. Techniques include well-established Marine Nature Conservation Review methodology (Phase 2 level survey, Hiscock 1996) as well as developing and adapting techniques such as fixed-point quadrat sampling and video and digital stills photography to assess the various attributes of reefs in the Welsh SACs. CPV: 98363000, 98363000, 98363000, 98363000, 98363000, 98363000, 98363000, 98363000, 98363000.

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

Telephone: +44 3000653000

E-mail: procurement.enquiries@cyfoethnaturiolcymru.gov.uk

NUTS: UKL

Internet address(es)

Main address: http://naturalresourceswales.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110

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

Diving Services Framework 2022

Reference number: 83617

II.1.2) Main CPV code

98363000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The management of Special Areas of Conservation (SACs) should aim to achieve the ‘favourable conservation status’ (FCS) of habitat and species features. Features can be: an entire habitat; a range of plant/animal communities; an individual plant/animal community; or individual species. In the case of SACs, the features are the habitats and/or species listed in Annex I and Annex II of the Habitats Directive for which the individual MPAs were designated. To inform management and enable reporting on the FCS of the subtidal aspects of the SACs, NRW undertakes diving monitoring work.

A monitoring work programme has been established for each statutory site by NRW. The programme, or parts thereof, will be implemented by the contractor working as part of a team alongside NRW specialist staff.

NRW in conjunction with specialist diving biologist contractors completed multiple field seasons of diving monitoring work across Wales. Techniques include well-established Marine Nature Conservation Review methodology (Phase 2 level survey, Hiscock 1996) as well as developing and adapting techniques such as fixed-point quadrat sampling and video and digital stills photography to assess the various attributes of reefs in the Welsh SACs.

II.1.5) Estimated total value

Value excluding VAT: 300 000.00  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

Sponge / invertebrate taxonomist

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

A diver qualified to dive under the Scientific ACOP and according to the HSE Diving at Work regulations. They will have an advanced specialist knowledge and experience in the identification and taxonomy of invertebrates (e.g. sponges, ascidians, bryozoans, and hydroids) methods for identification and preservation and key literature to assist identification in field laboratory where in situ identification is not possible.

Where suitably competent and experienced to supervise diving activities at work, you may be required to provide rolling diver supervisor duties as part of this lot.

This role may also be combined with Lot 7 coordinator role

Approx 5-10 days per annum

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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

Algal taxonomist

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

A diver qualified to dive under the Scientific ACOP and according to the HSE Diving at Work regulations. They will have an advanced specialist knowledge and experience in the identification and taxonomy of red, green and brown seaweeds, the methods for identification and preservation and key literature to assist identification in field laboratory where in situ identification is not possible.

Where suitably competent and experienced to supervise diving activities at work, you may be required to provide rolling diver supervisor duties as part of this lot.

This role may also be combined with Lot 7 coordinator role

5-15 days per annum.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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

Non-native species taxonomist

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

A diver qualified to dive under the Scientific ACOP and according to the HSE Diving at Work regulations. They will have advanced specialist knowledge and experience in the identification of non-native species. They will have excellent taxonomic skills to be able to identify these species from native species. They will be up to date with such species currently found or likely to be found in the UK, horizon scanning literature and other sources of information. They will have specialist knowledge in the methods for identification and preservation and key literature to assist identification in field laboratory where in situ identification is not possible.

Where suitably competent and experienced to supervise diving activities at work, you may be required to provide rolling diver supervisor duties as part of this lot.

This role may also be combined with Lot 7 coordinator role

5 days per annum.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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

Experienced monitoring / diving marine biologists

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

An experienced diver qualified to dive under the Scientific ACOP and according to the HSE Diving at Work regulations. They will have excellent general marine taxonomic skills and will be able demonstrate their experience in carrying out a variety of underwater surveying techniques similar to that identified in NRW’s Standard Operating Procedures for our subtidal diving SAC monitoring including ‘cell frequency species counts’, ‘Sponge morphology quadrats’, and transect type surveys. They will also be experienced in photography, videography and other marine fieldwork methodologies to carry out our routine monitoring work.

Where suitably competent and experienced to supervise diving activities at work, you may be required to provide rolling diver supervisor duties as part of this lot.

This role may also be combined with Lot 7 coordinator role

Requirement: Typically 20-40 person days per annum.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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: 5

II.2.1) Title

Assistant surveyor

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

An experienced diver qualified to dive under the Scientific ACOP and according to the HSE Diving at Work regulations. A scientific diver with biological knowledge - not to be confused with commercial divers who may be an experienced diver but have no biological expertise/knowledge nor training in biological field survey techniques. Able to assist experienced surveyors, carry out videography, targeted sample collection, and surveys where less taxonomic skills are required such as seagrass surveys.

Requirement: Typically 10-20 person days per annum.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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: 6

II.2.1) Title

Diving supervisor

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

A person suitably competent and experienced to supervise diving activities at work in accordance with the Scientific ACOP and according to the HSE Diving at Work Regulations. They don’t need to have biological expertise, but they do need to understand the nature of the work and the areas / dive sites where the diving operations are to take place. They will be expected to keep records of diving activities, control the diving operations, liaise with other maritime users and assist with running of survey logistics. This role is for the supply of a dedicated dive supervisor as opposed to the provision of ad hoc diver supervisor duties whilst providing services under another Lot.

Requirement: unknown. Subject to projects being undertaken.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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: 7

II.2.1) Title

Survey coordinator

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

A person with the skills and experience to plan, lead and coordinate field logistics and manage dive teams. Close liaison with project officer assisting in the coordination of survey requirements and field team needed. Creating HSE Dive Project Plans, liaising with relevant Harbour Authorities and ensure Notice to Mariners are issued if required. Liaising with recompression chambers facilities ahead of and during surveys to ensure availability in an emergency. Able to ensure the quality of the information gathered (monitoring data, dive logs, filed activity diary etc), is secured and appropriately catalogued. Competent in ensuring the completion of an end of season field report that summarises the years field operations and (with input from NRW staff) draws summary conclusions from the data collected. This person could be an independent trader who would form a consortium for the purposes of the framework or it could be the manager of an organisation/company who would tender for the entire set of work (1-4 above). It is expected that the coordinator would also take on one of the diving roles alongside the Survey Coordinator role. They must indicate which secondary Lots they could also fulfil.

Requirement: Typically 20-40 person days per annum.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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: 8

II.2.1) Title

Diving data analyst

II.2.2) Additional CPV code(s)

98363000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

A person with a scientific background and preferably a diver with a knowledge of marine biological species. They will be adept at transcribing complex data from field recording forms to spreadsheets or Marine Recorder. Able to check the taxonomic species names in relevant literature where necessary. They will be competent in data validation techniques, use of spreadsheets and statistical software. The analyst may also be required to work with imaging software such Adobe Photoshop and Premiere for stitching images or extracting species data. A knowledge of annotation software BIIGLE and CATAMI would be advantageous. This role may be expected to attend surveys and input data at the survey base but not take part in diving operations themselves. They may also be required to analyse recorded video to extract species and abundance data.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be an option to extend the framework by up to an additional 12 months for a further 2 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: 50

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: 14/01/2022

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 14/01/2022

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

In 4 years.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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_83617 "Diving Services Framework 2022") 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 download and view documents 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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=116555

(WA Ref:116555)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

08/12/2021

Coding

Commodity categories

ID Title Parent category
98363000 Diving services Marine 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:
08 December 2021
Deadline date:
14 January 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Natural Resources Wales
Publication date:
08 March 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
14 March 2024
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales

About the buyer

Main contact:
procurement.enquiries@cyfoethnaturiolcymru.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.