Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Coal Authority
200 Lichfield Lane
MANSFIELD
NG184RG
UK
Contact person: Roger Martin
Telephone: +44 1623637400
E-mail: rogermartin@coal.gov.uk
NUTS: UKF15
Internet address(es)
Main address: https://www.gov.uk/government/organisations/the-coal-authority
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://inbye.coal.gov.uk/S2C/SignIn.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://inbye.coal.gov.uk/S2C/SignIn.aspx
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
Ground Investigation works
Reference number: CA18250
II.1.2) Main CPV code
71351500
II.1.3) Type of contract
Services
II.1.4) Short description
The Coal Authority (Client) was established by act of Parliament to undertake specific statutory duties, set out in the Coal Industry Act 1994, associated with licensing coal mining operations; managing property and the historic legacy arising from the ownership of the coal reserves and underground workings; settling subsidence damage claims not falling on coal mine operators and providing access to coalmining information.
The Coal Authority has a legal duty under the Coal Mining Subsidence Act 1991, to repair properties damaged by coal mining subsidence in the five coalfield regions. The works are funded by grant in aid from central government, in order that the Coal Authority can discharge its statutory duty.
The Coal Authority employs over 300 people, based mainly at the head office in Mansfield with some field staff remotely based in order to enable a fast response to incidents in the coal mining areas.
The Coal Authority is funded by grant in aid from the Department of Energy Security and Net Zero (DESNZ)
The Coal Authority requires the provision of Ground investigation services which includes general items, boreholes, rotary drilling, pits and trenches, sampling, in-situ testing, geophysical testing, instrumentation and monitoring, laboratory testing, chemical testing for contaminated ground and attendance at framework meetings with the Client
II.1.5) Estimated total value
Value excluding VAT:
6 500 000.00
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.2.2) Additional CPV code(s)
71351100
71351710
71351810
71355000
71356000
71700000
71900000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKJ
UKK
UKL
UKM
Main site or place of performance:
The works required under this framework will be located throughout the British coalfield areas which are split across the following five regions.
• Region 1 - Scotland East and West
• Region 2 - Cumbria / Northumberland/ Co. Durham / Durham / Sunderland /Newcastle
• Region 3 - North Wales / Cheshire /Lancashire / Merseyside / North Yorkshire / West Yorkshire
Region 4 - South Yorkshire /Nottinghamshire / Derbyshire /Leicestershire / Staffordshire /Shropshire / West Midlands /Warwickshire / Herefordshire /Worcestershire
• Region 5 - Somerset / South Gloucestershire / Bristol / South Wales/ Pembrokeshire / North Gloucestershire (Forest of Dean)
These regions correspond with the UK Coal Fields. There may also be requirement for Ground Investigation within Mid Wales for examination of Metal mining fields.
II.2.4) Description of the procurement
The framework scope is the provision of ground investigation works and includes general items, boreholes, rotary drilling, pits and trenches, sampling, in-situ testing, geophysical testing, instrumentation and monitoring, laboratory testing, chemical testing for contaminated ground and attendance at framework meetings with the Client.
The above list of typical works is intended as a guide and is not exhaustive.
A typical Work Order will be for Field Investigatory work, Field Testing, Laboratory testing of samples taken, along with a factual Ground Investigation Report (GIR) to inform the Client of ground conditions and provide geotechnical parameters to aid design of ground stabilisation, treatment works to damaged structures or new construction within one of the regions listed above.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Assessment
/ Weighting: 40%
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: Sustainability
/ Weighting: 5%
Quality criterion: Fraud Prevention
/ Weighting: 5%
Cost criterion: Price List
/ Weighting: 30%
Cost criterion: Scenario
/ Weighting: 10%
II.2.6) Estimated value
Value excluding VAT:
6 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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 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: 10
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-020068
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/11/2023
Local time: 16:00
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: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/11/2023
Local time: 08:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
All Values relating to the size or value of this Framework are approximate only and due to the responsive nature of this work, no guarantees are given in respect of these figures.
It is the ambition of this Procurement that the Coal Authority will appoint ten suppliers to this Framework but we reserve the right to appoint more or less depending on the quality of bids in order to ensure effective regional coverage
VI.4) Procedures for review
VI.4.1) Review body
Royal courts of Justice
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
29/09/2023