Natural Resources Wales Marine Licensing and Specialist Advice Framework
NRW Marine Licensing Team are currently tendering for the provision of specialist technical advice on the impacts to the environment from marine licence applications.
United Kingdom-Cardiff: Marine services
2017/S 037-067128
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
United Kingdom
Contact person: Rebecca White
Telephone: +44 3000654504
E-mail: procurement.ns@naturalresourceswales.gov.uk
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Marine Licensing and Specialist Advice Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NRW Marine Licensing Team are currently tendering for the provision of specialist technical advice on the impacts to the environment from marine licence applications. Whilst NRW hosts a number of environmental specialists, there are a number of reasons for NRW MLT to seek additional technical services. Primarily, advice is required in specialist areas outside of the remit of NRW specialists. Alternatively, NRW MLT may require advice within a short timescale beyond the resource capacity available within NRW at the given time.
This framework also covers the provision of sampling plans and analysis associated with applications for dredge-disposal applications and water quality modelling advice. NRW may require these services on main rivers as well.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Sampling and Analysis Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Wales.
II.2.4)Description of the procurement:
Provision of the following in response to applications for disposal of dredge arisings at sea:
— Sampling plans;
— Sampling analysis;
— Sampling reports (including suitability for disposal).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be fixed initially for 2 years. Subject to performance, budget and workload the framework will be extended by another year up to an additional 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Advice Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Wales.
II.2.4)Description of the procurement:
Provision of general advice in response to specific requests regarding the following environmental areas:
— Marine noise and vibration;
— Fish (marine, shellfish and aquaculture, fish telemetry, Computerised Fluid Dynamic modelling);
— Modelling e.g. fish impacts, coastal processes, marine mammal collision modelling;
— Statistical design of environmental monitoring;
— Benthic ecology.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be fixed initially for 2 years. Subject to performance, budget and workload the framework will be extended by another year up to an additional 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Multi-discipline (Specialist Services)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Wales.
II.2.4)Description of the procurement:
This is a multi-discipline lot which covers all the services in Lots 1 and 2.
Provision of the following in response to applications for disposal of dredge arisings at sea:
— Sampling plans;
— Sampling analysis;
— Sampling reports (including suitability for disposal).
Provision of general advice in response to specific requests regarding the following environmental areas:
— Marine noise and vibration;
— Fish (marine, shellfish and aquaculture, fish telemetry, Computerised Fluid Dynamic modelling);
— Modelling e.g. fish impacts, coastal processes, marine mammal collision modelling;
— Statistical design of environmental monitoring;
— Benthic ecology.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be fixed initially for 2 years. Subject to performance, budget and workload the framework will be extended by another year up to an additional 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Expert Advice on Marine Water Quality Modelling
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Wales.
II.2.4)Description of the procurement:
In the provision of service for this lot, the provider will be able to:
— Understand, analyse and explain hydrodynamic modelling;
— Understand, analyse and explain water quality modelling specifically in terms of coastal thermal, and other (e.g. sewerage, drainage), discharges to the marine environment;
— Understand, analyse and explain water quality modelling specifically in terms of changes to the phytoplankton population, nutrient concentrations, stratification and suspended sediment, and sewage/freshwater discharges;
— Determine if a given model is fit-for-purpose;
— Liaise with NRW modellers to agree consistent approach;
— Liaise with NRW non-modellers (e.g. ecologists) to explain the outputs of the water quality modelling;
— Liaise with other Agency (EA, NE) experts for consistency of approach
— Understand the sensitive receptors e.g. bathing waters, Water Framework Directive and Habitats Directive.
This lot includes the provision of pre-application advice on a number of projects anticipated to require consents from NRW within the next 2 years, including Wylfa Newydd and Tidal Lagoon Cardiff. Pre-application advice will include advice on the thermal discharge including TRO content and for WFD receptors such as water column transparency.
The supplier will be required to provide technical opinion documents during NRW’s statutory consultation stage. Potentially, the provision of evidence at examinations may be required. Successful bidders will be able to a) provide advice for these water quality areas, b) be able to defend the advice during examination and c) be able to write opinion of the model.
The supplier for Lot 3 will be available to give pre-application advice on modelling prior to May 2017 and be available to complete parts b) and c) above thereafter.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be fixed initially for 2 years. Subject to performance, budget and workload the framework will be extended by another year up to an additional 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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_60029 “Marine Licensing and Specialist Advice Framework”) 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 view documentation, where you can download 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 athttp://www.sell2wales.gov.wales/search/search_switch.aspx?ID=62310
(WA Ref:62310)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
United Kingdom
Telephone: +44 3000654504
E-mail: procurement.ns@naturalresourceswales.gov.ukInternet address:http://naturalresourceswales.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
DEFRA Air Quality Grant Programme 2016 – 2017
Tender for Geological and Geotechnical Surveys
Ground Survey Framework – Welwyn Hatfield Borough Council
Environmental Services Contract – Northampton Borough Council
Arboricultural Services Framework East Midlands