Section one: Contracting authority
one.1) Name and addresses
The Coal Authority
200 Lichfield Lane
MANSFIELD
NG184RG
Contact
Jacob Collishaw
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www2.groundstability.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://inbye.coal.gov.uk/s2c/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://inbye.coal.gov.uk/s2c/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hydrometry Framework
two.1.2) Main CPV code
- 71631440 - Flow-monitoring services
two.1.3) Type of contract
Services
two.1.4) Short description
We have a remit to protect the environment by remediating pollution from abandoned coal and metal mines throughout the UK, in partnership with BEIS, the Environment Agency (EA), Natural Resources Wales (NRW) and the Department for the Environment, Food & Rural Affairs (DEFRA).
We run three core programmes of work, as follows:
1. Coal
2. Non-Coal (Metal mines)
a. DEFRA/ EA (North Pennines and South-West)
b. NRW (Wales)
Our programmes include the following:
Coal:
• Over 70 Mine Water Treatment Schemes (MWTS)
• Forward programme for refurbishment & new schemes
• 2000 Monitoring points, of which:
• 200+ flow monitoring sites (40 Logger)
• 400+ water level monitoring sites (150 Loggers)
• Data collection and maintenance of our MWTS is undertaken by Severn Trent
Services
Non-Coal:
• 3 MWTS
• 1 under construction
• 25+ at monitoring/ feasibility stage
• 50+ flow monitoring sites (all have loggers)
• Monitoring being installed across NRW programme
We require Hydrometric data for the following purposes:
• Compliance - Abstraction and Discharge Consents
• Treatment scheme performance
• Treatment scheme design
• Loading Calculations
• Blow-out warning
• Background monitoring
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Options Assessment
Lot No
1
two.2.2) Additional CPV code(s)
- 71631440 - Flow-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 - Options Assessment
At locations where we don't currently have any existing flow monitoring, we will often conduct an options assessment. This involves a site survey and, options assessment report as a minimum, and in many cases then detailed design drawings of the preferred option. In some cases, the supplier who undertakes the options assessment will then be appointed to install the preferred solution and then to operate and maintain it.
Suppliers will need to be able to demonstrate independence and a
comprehensive understanding of flow measurement techniques,
measurement uncertainty, requirements of the relevant ISO standards, the pros and cons of each option and have demonstrable experience of designing and managing a contractor to install flow measurement solutions, often at remote sites.
Flow measurement solutions may include, but not be limited to: Weirs and flumes,
Velocity meters,
Pipe flow meters,
Stage-Discharge sites etc.
All installation work will be carried out under CDM.
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
Start date
22 January 2022
End date
21 January 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Weirs and Flumes
Lot No
2
two.2.2) Additional CPV code(s)
- 71631440 - Flow-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot involves the supply and installation of weirs and flumes, either based upon design drawings from an options assessment (see Lot 1), to replace an existing weir or flume or to
design and install within an existing channel. Design and installation work should be undertaken in accordance with the relevant ISO standard, and be compliant with MCERTS requirements.
All installation work will be carried out under CDM.
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
Start date
22 January 2022
End date
21 January 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Loggers and Sensors
Lot No
3
two.2.2) Additional CPV code(s)
- 71631440 - Flow-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot involves the supply and installation of data loggers, water level sensors, rain gauges and water quality sensors. Wherever possible, the data loggers should be installed on telemetry,
and be battery powered without solar panels. We currently use Hydro-Logic Flexi-Loggers, OTT EcoLog and NetDL loggers, and our preference is to appoint suppliers who can supply and
install, maintain, calibrate and decommission these logger types.
All installation work will be carried out under CDM.
Applications include:
- Water level sensors for flow monitoring at weirs and flumes - either pressure
transmitters or non-contact sensors such as radar sensors.
- Groundwater monitoring in boreholes
- Rainfall monitoring
- Water Quality monitoring
Many of our sites are at remote locations, which are in open access areas. As such, the installations need to be low key and robust.
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
Start date
22 January 2022
End date
21 January 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Velocity Meters
Lot No
4
two.2.2) Additional CPV code(s)
- 71631440 - Flow-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot will involve the supply and installation, calibration, maintenance and decommissioning of velocity meters (either contact or non-contact). Some of the installations will be in pipes
requiring access to confined spaces, whilst others will be in open channels or pipes that are accessible from the surface. The velocity meters should be compatible with one of the telemetry
loggers listed under Lot 3, and in most cases will need to be battery powered, without the need for solar panels.
All installation work will be carried out under CDM.
The following application types are anticipated under this lot:
- Velocity meters in or over pipes located within confined spaces
- Velocity meters in or over pipes not located within confined spaces
- Velocity meters in natural open channels (e.g. in a small river)
- Velocity meters in man-made open channels (e.g. at the inlet to a treatment works)
Some installations will require MCERTS product approved sensors (e.g. at our consented abstractions and discharges for Mine water Treatment Schemes), but some will not (e.g. installations to measure flow within rivers or from mine adit discharges).
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
Start date
22 January 2022
End date
21 January 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Spot Flow Gauging and Water Quality sampling
Lot No
5
two.2.2) Additional CPV code(s)
- 71631440 - Flow-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot involves spot flow gauging and water quality measurements, often taken at several locations within a particular catchment, or to validate existing flow measurement sites. Spot
flow gauging techniques required will include Salt Dilution Gauging, Current Meter Gauging and ADCP Gauging, in accordance with the relevant ISO standard. Water quality sampling will include taking samples for laboratory analysis (in most cases sent to SOCOTEC laboratories), and manual measurements using a hand held water quality meter.
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
Start date
22 January 2022
End date
21 January 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
MCERTS
Lot No
6
two.2.2) Additional CPV code(s)
- 71631440 - Flow-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot includes MCERTS inspections at our Mine Water Treatment Schemes, flow meter calibration and QMS advice and auditing services. TCA operate approximately 75 Mine Water
Treatment Schemes (MWTS), most of which have discharge consents which require the monitoring of effluent flow discharged from them. Flow monitoring is either via electromagnetic pipe flow meters installed at the inlet to the scheme, or thin plate weirs
installed at the outlet to the scheme. Since our schemes are non-consumptive, the flow monitoring can be undertaken at the inlet or outlet, to satisfy the requirements of our permits
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
Start date
22 January 2022
End date
21 January 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Hydrometric Monitoring - General Lot
Lot No
7
two.2.2) Additional CPV code(s)
- 71631440 - Flow-monitoring services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Suppliers who have bid for more than 1 of the other Lots can express interest in being awarded a slot on this Lot. Suppliers will be ranked based upon their average score for the other Lots
that they have bid for. We will then seek to appoint the minimum number of suppliers which provides coverage of all of the Lots and geographical regions (Highlighted on the tender document).
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
Start date
22 January 2022
End date
21 January 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-014179
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 October 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 October 2021
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Coal Authority
Mansfield, Nottinghamshire
Country
United Kingdom