Section one: Contracting authority
one.1) Name and addresses
Minesto UK Ltd.
41-43 Market Street
Holyhead, Isle of Anglesey
LL65 1UN
Telephone
+46 31290060
Country
United Kingdom
NUTS code
UKL11 - Isle of Anglesey
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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