Tender

Research and Development Dynamic Purchasing System (DPS)

  • The Coal Authority

F02: Contract notice

Notice identifier: 2022/S 000-029050

Procurement identifier (OCID): ocds-h6vhtk-0347ba

Published 14 October 2022, 3:04pm



Section one: Contracting authority

one.1) Name and addresses

The Coal Authority

200 Lichfield Lane

MANSFIELD

NG184RG

Contact

Helen Bennett

Email

helenbennett3@coal.gov.uk

Telephone

+44 1623637467

Country

United Kingdom

Region code

UKF15 - North Nottinghamshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.gov.uk/government/organisations/the-coal-authority?_ga=2.41425956.725454394.1655385045-41831874.1649339518

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

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Research and Development Dynamic Purchasing System (DPS)

Reference number

CA18/05209

two.1.2) Main CPV code

  • 73100000 - Research and experimental development services

two.1.3) Type of contract

Services

two.1.4) Short description

The DPS will include 7 Lots, including but not limited to the following:

Specialist analytical services - provision of non-standard analysis (i.e. not basic physico-chemical and chemical analysis of environmental water and solids samples) to support scientific investigations.

Field monitoring & surveys - provision of field monitoring services (on site monitoring of water, solids and gases and collection of samples for laboratory analysis) across Great Britain to support scientific investigations

Research - to undertake fundamental scientific research in areas of interest to the Coal Authority to support its activities now and in the future.

Innovation - the development and demonstration of innovative techniques, services, equipment & processes to support the Coal Authority's activities now and in the future.

Expert advice and review - to provide third party expert review of R&D and Innovation project and programme proposals and strategies and the review of R&D and innovation project deliverables such as technical notes and reports.

Operations & Maintenance - to operate and maintain research, innovation and development trials to support the Coal Authority's activities now and in the future.

Trials Design & Build - to design and construct research, innovation and development trials to support the Coal Authority's activities now and in the future.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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

Specialist analytical services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide specialist analytical services of solids, liquids and gases collected during the course of the Coal Authority's investigations, studies, trials and test work. This is taken to include, but not be limited to, materials/solid characterisation (such as XRF, XRD, sorption profiles, etc.), NORM analysis, radon analysis, rare element analysis, microscopy, microbiology, biochemical analysis, rock thermal property analysis, rock core analysis (including imaging, geophysics fracture mapping), specialist analysis of environment water tracers, as well as other novel analysis techniques as required. It is expected that laboratories on the framework will specialise in only some of these services individually but will have demonstrable prior experience in delivering such services. This will include responsibility for making arrangements to transport samples from their collection location to the laboratory under any required storage conditions.

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

End date

1 December 2026

This contract is subject to renewal

Yes

Description of renewals

The DPS is an ongoing contract, suppliers can join or tender for futher Lots during the contract and for as long as the DPS is in operation.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Field monitoring & surveys

Lot No

2

two.2.2) Additional CPV code(s)

  • 38200000 - Geological and geophysical instruments
  • 38400000 - Instruments for checking physical characteristics
  • 38500000 - Checking and testing apparatus
  • 38900000 - Miscellaneous evaluation or testing instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide a range of field monitoring services to support scientific investigations by the Coal Authority and partners across Great Britain (including Central Scotland, the North of England, the Midlands, The South West of England and Wales (North, Central and South)) on Coal Authority and third party sites. The services will include but not be limited to drone surveys, other surveys (such as topographical, ecological, geophysical etc.); monitoring and collection of measurements from boreholes, shafts, adits including water levels, water flow, water temps and collection of water samples and microbiological samples; odour, dust and air quality monitoring; Water, solids, air, plant surveys, specialist surveys, detailed soil chemistry, mineralogy; assessment of capping and revetments; ochre and sediment sampling; Installation of loggers and monitoring devices for: water level, temperature, chemical, water flow and other environmental sensors.

To support the above, suppliers will be expected to produce suitable risk assessments and method statements for all work, review and agree monitoring or other plans with the client prior to commencement and liaise with the client's appointed laboratory to ensure timely collection of all samples for analysis. It is expected that suppliers will only specialise in some of these services individually but will have demonstrable prior experience in these areas of specialism. Although full geographical coverage is preferred, suppliers who can only service certain areas will be considered. It is expected that suppliers will provide demonstrably suitably trained and competent staff to carry out these works.

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

End date

1 December 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

Research

Lot No

3

two.2.2) Additional CPV code(s)

  • 45214620 - Research and testing facilities construction work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To design & deliver fundamental research projects and programmes in areas of interest to the Coal Authority in response to challenge calls issued by the Coal Authority through this framework. Areas of research will be related to the Coal Authority's ongoing activities that include, but are not limited to coal and metal mine water treatment, mine water heat, spoil tip management, public safety & subsidence, mining information and waste & by-product recovery and reuse.

To support the above suppliers will be expected to undertake the following activities:

• Design & delivery of suitable research programmes, trials and experiments

• Provide detailed budgets and financial reports

• Project management

• Production of agreed deliverables, such as progress reports, technical reports, papers and presentations

• Provision of suitably trained and competent staff to undertake the agreed research activities including field work on Coal Authority and/or third party sites

It is expected that individual suppliers will only have expertise to address certain areas or challenge calls within this scope and will have demonstrable prior experience of successful delivery of fundamental research projects in areas relevant to the Coal Authority's activities.

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

End date

1 December 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

Innovation

Lot No

4

two.2.2) Additional CPV code(s)

  • 71320000 - Engineering design services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To develop and demonstrate innovative techniques, services, equipment & processes to support the Coal Authority's activities in response to challenge calls issued within this framework. This will include, but not be limited to, application of fundamental research in real environments, proof of concept and piloting, translation of technologies from other industries, process optimisation and improvement, techno-economic studies and cost estimation, definition of business metrics and market analysis.

To support the above suppliers will be expected to undertake the following activities:

• Design & delivery of suitable programmes, trials and studies

• Provide detailed budgets and financial reports

• Project management

• Production of agreed deliverables, such as progress reports, technical reports, papers and presentations

• Provision suitably trained and competent staff to undertake the agreed innovation activities including field work on Coal Authority and/or third party sites

It is expected that individual suppliers will only have expertise to address certain areas or challenge calls within this scope but will have demonstrable prior experience of successful delivery of innovation projects in areas directly related to, or closely aligned to the Coal Authority's activities.

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

End date

1 December 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

Expert advice and Peer Review

Lot No

5

two.2.2) Additional CPV code(s)

  • 71330000 - Miscellaneous engineering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To provide expert advice and review to the Coal Authority's R&D and innovation programmes that includes, but is not limited to:

• Advice, guidance and challenge on programmes, strategies and processes

• Peer review of project design

• Peer review of technical deliverables

• Peer review of trial results and outcomes

It is expected that suppliers will be, or provide named individuals with recognised expertise relevant to the Coal Authority's areas of activity and with demonstrable prior experience of undertaking research in the areas they will be providing advice and peer review on.

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

End date

1 December 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

Lot No

6

two.2.2) Additional CPV code(s)

  • 90715000 - Pollution investigation services
  • 90720000 - Environmental protection
  • 90730000 - Pollution tracking and monitoring and rehabilitation

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To support and/or manage the operation and maintenance of our R&D trials and our developing technologies. This will include, but not be limited to, the commissioning and subsequent operation and maintenance of small to large scale mine water treatment trials, diffuse pollution trials, bench scale trials, tip management treatment trials (such as re-vegetation trials), and management and maintenance of check wear trials.

In order to support the above requirements, suppliers will be expected to undertake the following activities:

• Design & delivery of suitable programmes, methodologies and trials and studies

• To have the experience to identify change and to modify designs in response to changes during the lifetime of the trial(s) to allow for optimisation and refinement of O&M procedures

• Provide detailed budgets and financial reports (As required)

• Project management

• Production of agreed deliverables such as site diaries and optimisation reports

• Provision of demonstrably suitably trained, practical and competent staff to undertake the agreed operations and maintenance works on Coal Authority and/or third party sites

It is expected that individual suppliers will only have expertise to provide services for certain R&D areas within this scope, but will have demonstrable prior experience of the successful operation and maintenance of R&D trials in the areas directly related to, or closely aligned to the Coal Authority's key activities.

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

End date

1 December 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

Design and Build Trials

Lot No

7

two.2.2) Additional CPV code(s)

  • 71241000 - Feasibility study, advisory service, analysis
  • 71242000 - Project and design preparation, estimation of costs
  • 71243000 - Draft plans (systems and integration)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To develop, design and build virtual/lab/field scale trials for Coal Authority R&D trials and our developing technologies. This will include, but not be limited to; the application for all required permitting and planning permissions, provisions of all health and safety documentation, risk assessments, and method statements, detailed engineering drawings and supporting calculations

To support the above, suppliers will be expected to be conversant in the following activities:

• Writing of R&D proposals with 'Proof of Concept'

• Development of Feasibility business cases, and providing all relevant supporting documents and evidence for these business cases

• The ability and experience to act as Principal Contractor and carry out any duties associated with the Principal Contractor on site

• Experience in translating the design into a build schedule and programme, and flexibility to modify designs during the lifetime of the trial, if and as required

• Project management and providing detailed budgets and financial reports as required

Production of agreed deliverables, such as progress reports, technical reports, papers and presentations

• Provision of suitably trained, experienced competent staff to undertake the agreed works, including construction type works on Coal Authority and/or third party sites

It is expected that individual suppliers will only have expertise to address certain areas or challenge calls within this scope but will have demonstrable prior experience of successful delivery of Design and Build projects in R&D in areas directly related to, or closely aligned to the Coal Authority's activities.

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

End date

1 December 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 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


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-016661

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

Date

18 November 2022

Local time

4:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

25 November 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Due to the nature of a DPS, this opportunity provides ongoing selection of suppliers, based on the criteria within the tender documents.

six.4) Procedures for review

six.4.1) Review body

N/A

N/A

Country

United Kingdom