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

ITT NZIW - Addressing resourcing constraints in environmental permitting - Delivery Partner(s)

  • First published: 16 February 2024
  • Last modified: 16 February 2024
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-136985
Published by:
Net Zero Industry Wales (NZIW)
Authority ID:
AA84951
Publication date:
16 February 2024
Deadline date:
15 March 2024
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

Context & Opportunity In close collaboration with industry partners and public regulators, we are designing an innovative target operating model to address resourcing constraints in environmental planning and consenting organisations in Wales. The purpose of this model will be to mitigate avoidable and unnecessary delays in the environmental and planning consenting process for decarbonisation projects, with the aim of extending this approach to renewable energy generation projects (offshore & onshore). We now intend to pilot this target operating model in early 2024 to enable all key stakeholders to test it and learn from new ways of working in a ‘regulatory sandbox’. This pilot has been endorsed by a Memorandum of understanding between the public and private sector organisations that play a pivotal role in making it a success. The model will establish clearly defined safeguards, including segregation of duties, to support public transparency and accountability. Net Zero Industry Wales acts as an independent party to ensure that the project is delivered in a timely fashion, whilst also ensuring that the statutory duties of the public regulators are maintained at all times. We are looking to partner with service suppliers as we further develop and improve this innovative target operating model and prepare to run the first pilot, with the potential to scale it up across Wales as a policy instrument. Requirements On behalf of NZIW’s members and other stakeholders, we are looking to engage with service suppliers to collaborate with one or more delivery partner(s) with the right capabilities to: Support further development of the target operating model in a ‘sandbox’ with developers and public regulators (Work Package 1 - more detail to follow) Support public regulators in Wales as they engage with developers and provide pre-application advice, using a “permit led design” approach, for the pilot project in 2024 (Work Package 2 - more detail to follow) Support public regulators in Wales with the environmental and planning consenting process (Work package 3 - more detail to follow)

Full notice text

CONTRACT NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Net Zero Industry Wales (NZIW)

Waterton Centre, Waterton Industrial Estate,

Bridgend

CF31 3WT

UK

Ben Burggraaf

+44 7572660851

info@nziw.wales

https://www.nziw.wales/eng/

1.2

Address from which documentation may be obtained


Net Zero Industry Wales (NZIW)

Waterton Centre, Waterton Industrial Estate,

Bridgend

CF31 3WT

UK


+44 7572660851

info@nziw.wales

https://www.nziw.wales/eng/

1.3

Completed documents must be returned to:


Net Zero Industry Wales (NZIW)

Waterton Centre, Waterton Industrial Estate,

Bridgend

CF31 3WT

UK


+44 7572660851

info@nziw.wales

https://www.nziw.wales/eng/

2 Contract Details

2.1

Title

ITT NZIW - Addressing resourcing constraints in environmental permitting - Delivery Partner(s)

2.2

Description of the goods or services required

Context & Opportunity

In close collaboration with industry partners and public regulators, we are designing an innovative target operating model to address resourcing constraints in environmental planning and consenting organisations in Wales.

The purpose of this model will be to mitigate avoidable and unnecessary delays in the environmental and planning consenting process for decarbonisation projects, with the aim of extending this approach to renewable energy generation projects (offshore & onshore).

We now intend to pilot this target operating model in early 2024 to enable all key stakeholders to test it and learn from new ways of working in a ‘regulatory sandbox’. This pilot has been endorsed by a Memorandum of understanding between the public and private sector organisations that play a pivotal role in making it a success.

The model will establish clearly defined safeguards, including segregation of duties, to support public transparency and accountability. Net Zero Industry Wales acts as an independent party to ensure that the project is delivered in a timely fashion, whilst also ensuring that the statutory duties of the public regulators are maintained at all times.

We are looking to partner with service suppliers as we further develop and improve this innovative target operating model and prepare to run the first pilot, with the potential to scale it up across Wales as a policy instrument.

Requirements

On behalf of NZIW’s members and other stakeholders, we are looking to engage with service suppliers to collaborate with one or more delivery partner(s) with the right capabilities to:

Support further development of the target operating model in a ‘sandbox’ with developers and public regulators (Work Package 1 - more detail to follow)

Support public regulators in Wales as they engage with developers and provide pre-application advice, using a “permit led design” approach, for the pilot project in 2024 (Work Package 2 - more detail to follow)

Support public regulators in Wales with the environmental and planning consenting process (Work package 3 - more detail to follow)

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=139151.

2.3

Notice Coding and Classification

73000000 Research and development services and related consultancy services
79000000 Business services: law, marketing, consulting, recruitment, printing and security
79400000 Business and management consultancy and related services
79421000 Project-management services other than for construction work
79421100 Project-supervision services other than for construction work
79620000 Supply services of personnel including temporary staff
80540000 Environmental training services
90700000 Environmental services
90710000 Environmental management
90711000 Environmental impact assessment other than for construction
90712000 Environmental planning
90712100 Urban environmental development planning
90712200 Forest conservation strategy planning
90712300 Marine conservation strategy planning
90712400 Natural resources management or conservation strategy planning services
90712500 Environmental institution building or planning
90713000 Environmental issues consultancy services
90714000 Environmental auditing
90720000 Environmental protection
100 UK - All
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Total quantity or scope of tender

Scope of work

We are looking for one or more delivery partner(s) with the right capabilities to lead three work packages (WP), detailed below.

This scope of work intends to provide an overview of the project’s ambition and objectives. In their responses to this ITT, suppliers should provide a more detailed view of their approach to these three work packages, including: key activities, critical services, number and type of resources required, dependencies on other parties, and estimated delivery costs.

WP1 or ‘Sandbox and mobilisation’:

This WP is intended to run for 3 months between April-June 2024.

During this time, the delivery partners will support further development of the TOM in a ‘sandbox’ with the Developers and Public Regulators. The sandbox will be coordinated by NZIW.

Business development activities in this work package will be subsidised by the suppliers as these contribute to shape the TOM and help clarify delivery requirements and commercials.

Key activities in this WP include: shaping, refining and detailing the TOM, mapping and engaging key stakeholders, establishing trusted relationships and governance, furthering the detail of the scope of work and requirements, planning and mobilising for commencing delivery in WP2.

The target outcomes of this WP are a refined TOM and commercial architecture, as well as refined delivery partner(s)’ requirements. In addition, during this WP, the delivery partner(s) will also be expected to work with NZIW to agree business principles as the parties get ready to agree and sign a ‘manpower’ contract for WP 2-3 with a view to commencing delivery in July 2024.

WP2 or ‘Pre-application advice’:

This WP is intended to run for 3 months between July-September 2024.

During this time, the delivery partners will support and offer resources to the Public Regulators as they engage with Developers for pre-application advice for the MUST Permitting Project. The Public Regulators will supervise/direct these resources and be responsible for providing the advice to the Developers as a ‘single source of truth’.

Key activities in this WP include: Structuring, promoting and enabling early and productive engagement/communication between the Developers and the Public Regulators. Providing general and specific pre-application advice to support a high-quality application (complementing the advice provided by the Public Regulators during this phase).

The target outcome of this WP is a strong, high-quality application submitted by the Developers following pre-application advice consultations with the Public Regulators, supported by additional specialist resources from the Delivery Partner(s). This will lay the grounds for a streamlined, faster and lower risk post-application management process.

WP3 or ‘Application management’:

This WP is intended to run for 6 months between October 2024 and March 2025, although the exact timeline could be subject to change.

During this time, the delivery partners will be responsible for deploying specialist resources who will work under the supervision and control of the Public Regulators.

The delivery partner(s) will need to be able to provide specialist resources in a timely manner. These resources will support the Public Regulators in relation to statutory application determination processes (e.g. application pre-screening to ensure completeness of required information, liaison with applicants, technical assessment, public consultations and determination of applications in line with statutory timescales).

Specialist resources deployed will require a diverse skill set including excellent organisation skills and the ability to analyse complex technical information, knowledge of environmental legislation, have a customer-focused approach, excellent communication skills and be able to demonstrate environmental and planning/permitting expertise. Depending on the Public Regulators’ project pipeline at the time, these resources may focus on the MUST project or other projects.

NZIW will fund these resources, which will be recharged to members. The delivery partner will contract directly with NZIW for access to these enabling services.

The target outcome of this WP is a streamlined, well-resourced application management process.

This WP could be extended assuming the model is successful and a pipeline of work exists.

3 Conditions for Participation

3.1

Minimum standards and qualification required

Advice to tenderers

We suggest that tenderers consider the following:

This is an innovative piece of work. We are looking to establish collaborative working relationships with suppliers prior to the contract to capture their input and feedback on the TOM, delivery methodology and requirements during WP1 (sandbox and mobilisation).

We expect successful tenderers will demonstrate their commitment to the project and willingness to invest in business development during WP1 (sandbox and mobilisation), subsidising their involvement at least partially.

Tenderers should review the stated requirements within Appendix A: Specification, as well as Appendix C: Heads of Terms.

PASS/FAIL criteria: prior to evaluation of the wider tender submission, the following areas will be assessed in relation to PASS/FAIL (non-compliant):

All required documents fully completed, signed and submitted within stated timeframes.

Documents submitted in the format required.

Any PASS/FAIL questions.

If a mandatory document has not been returned, we will send a web correspondence on one occasion for your immediate return to rectify an omission/mistake.

Tenderers should review instructions to tenderers at an early stage, and make arrangements to return the tender documents by the time/date stated.

Tenderers should give clear and relevant answers to the questions in Appendix B: Technical Questionnaire.

Any queries about this tender should only be directed to info@nziw.wales.

Responses to basic clarification questions will be shared with all prospective tenderers.

Procurement timetable and time information: The procurement timetable and key information outlined below is for information only and subject to change. NZIW reserves the right to amend any aspect of the timetable during the procurement and evaluation process:

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    15-03-2024  Time  12:00

Estimated award date
 05-04-2024

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

5 Other Information

5.1

Additional Information

Procurement timetable and time information:

The procurement timetable and key information outlined below is for information only and subject to change. NZIW reserves the right to amend any aspect of the timetable during the procurement and evaluation process:

Tender documents published: 16/02/2024

Supplier clarification deadline and optional supplier clarification conversations (if requested by suppliers): 01/03/2024

Tender return date/time: 15/03/2024

Target completion of evaluation: 29/03/2024

Contract award concluded: 05/04/2024

(WA Ref:139151)

The buyer considers that this contract is suitable for consortia bidding.

5.2

Additional Documentation

ITT NZIW - Addressing Resourcing Constraints in Environmental Permitting - Delivery Partner(s)

5.3

Publication date of this notice

 16-02-2024

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
90714000 Environmental auditing Environmental management
90711000 Environmental impact assessment other than for construction Environmental management
90712500 Environmental institution building or planning Environmental planning
90713000 Environmental issues consultancy services Environmental management
90710000 Environmental management Environmental services
90712000 Environmental planning Environmental management
90720000 Environmental protection Environmental services
90700000 Environmental services Sewage, refuse, cleaning and environmental services
80540000 Environmental training services Training services
90712200 Forest conservation strategy planning Environmental planning
90712300 Marine conservation strategy planning Environmental planning
90712400 Natural resources management or conservation strategy planning services Environmental planning
79421000 Project-management services other than for construction work Management-related services
79421100 Project-supervision services other than for construction work Project-management services other than for construction work
73000000 Research and development services and related consultancy services Research and Development
79620000 Supply services of personnel including temporary staff Recruitment services
90712100 Urban environmental development planning Environmental planning

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
100 UK - All
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:
05 December 2023
Notice type:
Speculative Notice
Authority name:
Net Zero Industry Wales (NZIW)
Publication date:
16 February 2024
Deadline date:
15 March 2024 00:00
Notice type:
Contract Notice
Authority name:
Net Zero Industry Wales (NZIW)
Publication date:
14 May 2024
Notice type:
Contract Award Notice
Authority name:
Net Zero Industry Wales (NZIW)

About the buyer

Main contact:
info@nziw.wales
Admin contact:
info@nziw.wales
Technical contact:
N/a
Other contact:
info@nziw.wales

Further information

Date Details
No further information has been uploaded.

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

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.