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

Ground Investigation works

  • First published: 01 October 2023
  • Last modified: 01 October 2023

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-h6vhtk-03e16f
Published by:
The Coal Authority
Authority ID:
AA20278
Publication date:
01 October 2023
Deadline date:
10 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71351100 Core preparation and analysis services Geological, geophysical and other scientific prospecting services
71351710 Geophysical prospecting services Geological, geophysical and other scientific prospecting services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
71900000 Laboratory services Architectural, construction, engineering and inspection services
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
71355000 Surveying services Engineering-related scientific and technical services
71356000 Technical services Engineering-related scientific and technical services
71351810 Topographical services Geological, geophysical and other scientific prospecting services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
rogermartin@coal.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.