Tender

Hydrometry Framework

  • The Coal Authority

F02: Contract notice

Notice identifier: 2021/S 000-022541

Procurement identifier (OCID): ocds-h6vhtk-02bed6

Published 10 September 2021, 1:27pm



Section one: Contracting authority

one.1) Name and addresses

The Coal Authority

200 Lichfield Lane

MANSFIELD

NG184RG

Contact

Jacob Collishaw

Email

JacobCollishaw@coal.gov.uk

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