Intertidal monitoring project Wales
Countryside Council for Wales. UK-Bangor: monitoring and control services
2012/S 58-094887
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Countryside Council for Wales
Maes y Ffynnon, Penrhosgarnedd, Ffordd Penrhos, Gwynedd
For the attention of: Anne Thomas / James Roberts
LL57 2DW Bangor
UNITED KINGDOM
Telephone: +44 1248385500
E-mail: procurement@ccw.gov.uk
Fax: +44 1248385514
Internet address(es):
General address of the contracting authority: http://www.ccw.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 8: Research and development services
Main site or location of works, place of delivery or of performance: Wales.
NUTS code UKL
Duration of the framework agreement
Duration in years: 3
“As soon as possible after a site becomes a European marine site, [CCW / NE] shall advise other relevant authorities as to:
— the conservation objectives for that site, and
— any operations which may cause deterioration of natural habitats or … disturbance of species, for which the site has been designated.”.
The Regulation 33 advice package is the foundation for feature condition monitoring, which is required in order for CCW to fulfil its function of reporting on whether features are in favourable conservation status.
Community benefits do not apply to this contract.
71700000, 71354500, 73112000, 90712300, 98360000
The project will focus on sub-habitats of the broad SAC features: intertidal mudflats and sandflats, reefs (including biogenic reefs), shallow inlets and bays and estuaries.
Aims.
— To complete fieldwork monitoring across Wales using existing monitoring techniques, on an annual basis,
— To further develop and establish a programme of monitoring work for statutory sites with intertidal habitat features in Wales,
— To maintain a close working relationship between the contractors and CCW marine specialist staff in the design, implementation, analysis and reporting of the marine intertidal monitoring program,
— To harmonise the programme of monitoring work in SACs with Water Framework Directive and the Marine Strategy Framework Directive monitoring objectives where they overlap,
— To provide regular presentation, reporting, analysis and interpretation of the monitoring work, including identifying opportunities to publish the monitoring work in scientific and other journals.
Section III: Legal, economic, financial and technical information
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
(b) balance sheets or extracts of balance sheets;
(c) statement of turnover for a maximum of the last 3 years.
(a) a list of works carried out over the last 5 years with certificates of satisfaction;
(b) a list of principal deliveries effected or services provided in the last 3 years and evidence of delivery;
(c) an indication of technicians or technical bodies involved;
(d) a description of technical facilities and measures used to ensure quality;
(e) educational and professional qualifications of the supplier and staff responsible for performing the contract;
(f) where appropriate, an indication of the environmental management measures that would be applied when performing the contract;
(g) a statement of average annual manpower and number of staff in the last 3 years;
(h) a statement of tools, plant and equipment available to the supplier;
(i) details of any intended sub-contracting arrangements;
(j) where appropriate, samples, descriptions and photographs of products and quality assurance certificates.
Section IV: Procedure
The most economically advantageous tender in terms of the criteria stated below
1. Project management. Weighting 20
2. Demonstration of how key staff’s expertise will relate to this work and clarity of each team member’s contribution. Weighting 15
3. Demonstration that key staff are able to follow an existing protocol to secure compatible data with previous surveys, please provide example of previous project(s). Weighting 20
4. Demonstration of good understanding of intertidal and shallow subtidal habitats and species. Weighting 25
5. Demonstration of key staff’s skills in using GIS, and in particular, MapInfo data. Weighting 15
6. Demonstration of key staff’s expertise of using Marine recorder for physical and species data. Weighting 5
7. Price weighting. Weighting 50
Payable documents: no
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
See Section VI.4.2
UNITED KINGDOM
VI.5)Date of dispatch of this notice:21.3.2012