Tender

Tender for the Provision of Marine Wildlife Monitoring Technical Support Framework Agreement

  • Minesto UK Ltd.

F02: Contract notice

Notice identifier: 2021/S 000-007925

Procurement identifier (OCID): ocds-h6vhtk-02a666

Published 15 April 2021, 2:55pm



The closing date and time has been changed to:

13 May 2021, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Minesto UK Ltd.

41-43 Market Street

Holyhead, Isle of Anglesey

LL65 1UN

Email

sacha.reed@minesto.com

Telephone

+46 31290060

Country

United Kingdom

NUTS code

UKL11 - Isle of Anglesey

Internet address(es)

Main address

http://minesto.com/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA39643

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.sell2wales.gov.wales

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.sell2wales.gov.wales

one.4) Type of the contracting authority

Other type

Private Company

one.5) Main activity

Other activity

Renewable Energy


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tender for the Provision of Marine Wildlife Monitoring Technical Support Framework Agreement

Reference number

17967

two.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Tender for the Provision of Marine Wildlife Monitoring Technical Support Framework Agreement

two.1.5) Estimated total value

Value excluding VAT: £30,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90712000 - Environmental planning
  • 90711500 - Environmental monitoring other than for construction
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction
  • 90711000 - Environmental impact assessment other than for construction
  • 80540000 - Environmental training services
  • 71314000 - Energy and related services
  • 71313450 - Environmental monitoring for construction
  • 71313440 - Environmental Impact Assessment (EIA) services for construction
  • 71313400 - Environmental impact assessment for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • DK - Denmark
Main site or place of performance

Holyhead

two.2.4) Description of the procurement

Framework to set up service support for Marine wildlife monitoring, interpretation, and collision risk analysis,

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend 1 further year

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The contractor may also include any other relevant services in their tender that are not listed in the required services.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Various Public Organizations - To be confirmed at a later date.

two.2.14) Additional information

See additional dosumentation


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See additional document

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

4 May 2021

Local time

5:00pm

Changed to:

Date

13 May 2021

Local time

11:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

5 May 2021

Local time

8:30am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=109838.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers 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.

(WA Ref:109838)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom