loading
  • GB-CF24 0TP Cardiff
  • 08.12.2014
  • Ausschreibung
  • (ID 2-183034)

Across Wales Intertidal Monitoring Project


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.12.2014, 12:00 Bewerbungsschluss
    Schlusstermin für Unterlagen 08.12.2014
    Verfahren Offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    Summary of Background:
    Natural Resources Wales has a statutory duty (formerly held by the Countryside Council for Wales) to produce advice under Regulation 35 (formerly Regulation 33) of the Habitats Regulations 1994 (updated 2010), which states:
    'As soon as possible after a site becomes a European marine site, [NRW / 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 35 advice package is the foundation for feature condition monitoring, which is required in order for NRW to fulfil its function of reporting on whether features are in Favourable Conservation Status (FCS). The Habitats Directive establishes that the management of Special Areas of Conservation (SACs) should aim to achieve the FCS of habitat and species features. Features can be, for example, an entire habitat, a range of plant/animal communities, an individual plant/animal community or individual species. In the case of the Habitats Directive, the features are the habitats and species listed in Annex I and Annex II for which the individual site has been selected.
    To inform management and enable reporting on the FCS of intertidal habitats of SAC, Special Protection Areas (SPAs: Birds Directive) and Sites of Special Scientific Interest (SSSIs), NRW require implementation of an intertidal monitoring program through contracting in additional capacity. NRW staff and the Contractor, in consultation, will continue to develop and implement the monitoring programme for each statutory site. Previous and current intertidal SAC monitoring in Wales has involved modified ‘Intertidal Phase 1' methods; fixed and random quadrats; intertidal sediment cores and photographic techniques.
    The fieldwork will be conducted within Wales and spread between statutory sites that contain intertidal features. 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.
    The contractors will maintain a close working relationship with NRW marine specialist staff in the design, implementation and analysis; and provide regular presentation, reporting, analysis and interpretation of the monitoring work, including identifying opportunities to publish the monitoring work in scientific and other journals. The program will harmonise the monitoring work with Water Framework Directive and the Marine Strategy Framework Directive monitoring objectives where they overlap.
    This program of work requires up to 5 weeks (25 days) of intertidal fieldwork, typically using an effective team of two skilled contractors, plus an assistant. For extensive sediment surveys, it may be better value for money to increase the number of less skilled personnel. A further member of NRW staff will make up the team of 4 surveyors as standard (this can be varied, within the scope of the required survey work).
    The following are essential requirements:
    — Numerous years' experience in planning and carrying out marine intertidal rocky and sediment surveys. The requirement to be able to cross difficult terrain and sediment flats is important in this contract.
    — A high level of skill in the identification of marine intertidal and shallow sublittoral animals and plants.
    — An appropriate quality assurance mechanism, to ensure good quality data and reports.
    — A proven record of data analysis, presentation and report writing in marine ecology.
    The following are desirable requirements:
    — Experience in data management and archiving in line with MEDIN guidelines.
    — Have an understanding of the Habitats Directive and Water Framework Directive.
    — Some experience in operating from small boats.
    Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=16894The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.uk/sitehelp/help_guides.aspxSuppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
    Leistungsumfang
    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.
    2.1. 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 and species features in Wales.
    — To maintain a close working relationship between the contractors and NRW 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.
    Estimated value excluding VAT:
    Range: between 250 000 and 400 000 GBP
    Adresse des Bauherren UK-CF24 0TP Cardiff
    TED Dokumenten-Nr. 370373-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      Natural Resources Wales
      Ty Cambria House, 29 Newport Road
      Procurement
      Zu Händen von: Julie Dyer
      CF24 0TP
      Cardiff
      VEREINIGTES KÖNIGREICH
      +44 2920466213
      MTdjbmViXiddcl5rOWdabW5rWmVrXmxobmtcXmxwWmVebCdgaG8nbmQ=
      +44 2920466406

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: http://naturalresourceswales.gov.uk
      Adresse des Beschafferprofils: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110
      Elektronischer Zugang zu Informationen: www.sell2wales.gov.uk
      Elektronische Einreichung von Angeboten und Teilnahmeanträgen: www.sell2wales.gov.uk
      Weitere Auskünfte erteilen:
      Natural Resources Wales
      Ty Cambria House, 29 Newport Road
      Procurement
      Zu Händen von: Julie Dyer
      CF24 0TP
      Cardiff
      VEREINIGTES KÖNIGREICH
      +44 2920466213
      MTFpdGtoZC1jeGRxP21gc3RxYGtxZHJudHFiZHJ2YGtkci1mbnUtdGo=
      +44 2920466406
      http://naturalresourceswales.gov.uk

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      Natural Resources Wales
      Ty Cambria House, 29 Newport Road
      Procurement
      Zu Händen von: Julie Dyer
      CF24 0TP
      Cardiff
      VEREINIGTES KÖNIGREICH
      +44 2920466213
      MTVlcGdkYClfdGBtO2lcb3BtXGdtYG5qcG1eYG5yXGdgbilianEpcGY=
      +44 2920466406
      http://naturalresourceswales.gov.uk

      Angebote oder Teilnahmeanträge sind zu richten an:
      Natural Resources Wales
      Ty Cambria House, 29 Newport Road
      Procurement
      Zu Händen von: Julie Dyer
      CF24 0TP
      Cardiff
      VEREINIGTES KÖNIGREICH
      +44 2920466213
      MjE4WGNaV1McUmdTYC5cT2JjYE9aYFNhXWNgUVNhZU9aU2EcVV1kHGNZ
      +44 2920466406
      http://naturalresourceswales.gov.uk

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      90700000, 90710000, 73112000, 90711500, 90712400, 90712300, 71700000, 71354500, 98360000

      Beschreibung
      Dienstleistungen im Umweltschutz.
      Umweltmanagement.
      Meeresforschungsdienste.
      Umweltüberwachung in anderen Bereichen als dem Bausektor.
      Planung einer Strategie für das Management oder den Schutz natürlicher Ressourcen.
      Planung einer Meeresschutzstrategie.
      Kontroll- und Überwachungsleistungen.
      Vermessungsdienste auf See.
      Meeresbezogene Dienstleistungen.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung
      Schlusstermin für die Anforderung von Unterlagen oder die Einsichtnahme: 8.12.2014

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      22.12.2014 - 12:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      Contact point(s): For the attention of: Telephone: E-mail: Fax: Natural Resources Wales Ty Cambria House, 29 Newport Road Procurement Julie Dyer CF24 0TPCardiff UNITED KINGDOM +44 2920466213 MTNncmlmYithdmJvPWtecXJvXmlvYnBscm9gYnB0XmlicCtkbHMrcmg= +44 2920466406

      Internet address(es):
      General address of the contracting authority: http://naturalresourceswales.gov.ukAddress of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110Electronic access to information: www.sell2wales.gov.ukElectronic submission of tenders and requests to participate: www.sell2wales.gov.uk Further information can be obtained from:Contact point(s): For the attention of: Telephone: E-mail: Fax: Internet address: Natural Resources Wales Ty Cambria House, 29 Newport Road Procurement Julie Dyer CF24 0TPCardiff UNITED KINGDOM +44 2920466213 MjE5V2JZVlIbUWZSXy1bTmFiX05ZX1JgXGJfUFJgZE5ZUmAbVFxjG2JY +44 2920466406 http://naturalresourceswales.gov.uk

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Contact point(s): For the attention of: Telephone: E-mail: Fax: Internet address: Natural Resources Wales Ty Cambria House, 29 Newport Road Procurement Julie Dyer CF24 0TPCardiff UNITED KINGDOM +44 2920466213 MTRmcWhlYSpgdWFuPGpdcHFuXWhuYW9rcW5fYW9zXWhhbypja3IqcWc= +44 2920466406 http://naturalresourceswales.gov.uk

      Tenders or requests to participate must be sent to:Contact point(s): For the attention of: Telephone: E-mail: Fax: Internet address: Natural Resources Wales Ty Cambria House, 29 Newport Road Procurement Julie Dyer CF24 0TPCardiff UNITED KINGDOM +44 2920466213 MTlhbGNgXCVbcFxpN2VYa2xpWGNpXGpmbGlaXGpuWGNcaiVeZm0lbGI= +44 2920466406 http://naturalresourceswales.gov.uk

      I.2) Type of the contracting authority
      Regional or local agency/office

      I.3) Main activity
      Environment

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      Across Wales Intertidal Monitoring Project.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 11: Management consulting services [6] and related services
      Main site or location of works, place of delivery or of performance: Wales.
      NUTS code UK

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement

      II.1.4) Information on framework agreement
      Framework agreement with a single operator
      Duration of the framework agreementDuration in months: 48
      Estimated total value of purchases for the entire duration of the framework agreementEstimated value excluding VAT:
      Range: between 250 000 and 344 000 GBP

      II.1.5) Short description of the contract or purchase(s)
      Summary of Background:
      Natural Resources Wales has a statutory duty (formerly held by the Countryside Council for Wales) to produce advice under Regulation 35 (formerly Regulation 33) of the Habitats Regulations 1994 (updated 2010), which states:
      'As soon as possible after a site becomes a European marine site, [NRW / 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 35 advice package is the foundation for feature condition monitoring, which is required in order for NRW to fulfil its function of reporting on whether features are in Favourable Conservation Status (FCS). The Habitats Directive establishes that the management of Special Areas of Conservation (SACs) should aim to achieve the FCS of habitat and species features. Features can be, for example, an entire habitat, a range of plant/animal communities, an individual plant/animal community or individual species. In the case of the Habitats Directive, the features are the habitats and species listed in Annex I and Annex II for which the individual site has been selected.
      To inform management and enable reporting on the FCS of intertidal habitats of SAC, Special Protection Areas (SPAs: Birds Directive) and Sites of Special Scientific Interest (SSSIs), NRW require implementation of an intertidal monitoring program through contracting in additional capacity. NRW staff and the Contractor, in consultation, will continue to develop and implement the monitoring programme for each statutory site. Previous and current intertidal SAC monitoring in Wales has involved modified ‘Intertidal Phase 1' methods; fixed and random quadrats; intertidal sediment cores and photographic techniques.
      The fieldwork will be conducted within Wales and spread between statutory sites that contain intertidal features. 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.
      The contractors will maintain a close working relationship with NRW marine specialist staff in the design, implementation and analysis; and provide regular presentation, reporting, analysis and interpretation of the monitoring work, including identifying opportunities to publish the monitoring work in scientific and other journals. The program will harmonise the monitoring work with Water Framework Directive and the Marine Strategy Framework Directive monitoring objectives where they overlap.
      This program of work requires up to 5 weeks (25 days) of intertidal fieldwork, typically using an effective team of two skilled contractors, plus an assistant. For extensive sediment surveys, it may be better value for money to increase the number of less skilled personnel. A further member of NRW staff will make up the team of 4 surveyors as standard (this can be varied, within the scope of the required survey work).
      The following are essential requirements:
      — Numerous years' experience in planning and carrying out marine intertidal rocky and sediment surveys. The requirement to be able to cross difficult terrain and sediment flats is important in this contract.
      — A high level of skill in the identification of marine intertidal and shallow sublittoral animals and plants.
      — An appropriate quality assurance mechanism, to ensure good quality data and reports.
      — A proven record of data analysis, presentation and report writing in marine ecology.
      The following are desirable requirements:
      — Experience in data management and archiving in line with MEDIN guidelines.
      — Have an understanding of the Habitats Directive and Water Framework Directive.
      — Some experience in operating from small boats.
      Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=16894The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.uk/sitehelp/help_guides.aspxSuppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      II.1.6) Common procurement vocabulary (CPV)
      90700000, 90710000, 73112000, 90711500, 90712400, 90712300, 71700000, 71354500, 98360000

      II.1.7) Information about Government Procurement Agreement (GPA)

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      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.
      2.1. 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 and species features in Wales.
      — To maintain a close working relationship between the contractors and NRW 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.
      Estimated value excluding VAT:
      Range: between 250 000 and 400 000 GBP

      II.2.2) Information about options
      Options: no

      II.2.3) Information about renewals
      This contract is subject to renewal: no

      II.3) Duration of the contract or time limit for completion
      Duration in months: 48 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: no

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

      III.2.2) Economic and financial ability

      III.2.3) Technical capacity

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession

      III.3.2) Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Open

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      WDM002

      IV.3.2) Previous publication(s) concerning the same contract

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 8.12.2014

      IV.3.4) Time limit for receipt of tenders or requests to participate
      22.12.2014 - 12:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Date: 22.12.2014 - 12:00
      Place: Cardiff.

      Section VI: Complementary information

      VI.1) Information about recurrence

      VI.2) Information about European Union funds

      VI.3) Additional information
      (WA Ref:16894)

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures
      E-mail: Telephone: Natural Resources Wales Ty Cambria House 29 Newport Road CF24 0TPCardiff UNITED KINGDOM MThibWRhXSZccV1qOGZZbG1qWWRqXWtnbWpbXWtvWWRdayZfZ24mbWM= +44 2920466213

      VI.4.2) Lodging of appeals

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      28.10.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 30.10.2014
Zuletzt aktualisiert 30.10.2014
Wettbewerbs-ID 2-183034 Status Kostenpflichtig
Seitenaufrufe 46