Award

Invitation to Tender: Pembrokeshire Demonstration Zone - MOS Onshore Surveys Procurement -Technical

CELTIC SEA POWER

This public procurement record has 2 releases in its history.

Summary of the contracting process

The contracting process for the Pembrokeshire Demonstration Zone - MOS Onshore Surveys Procurement -Technical is being carried out by Celtic Sea Power in Hayle, United Kingdom. The procurement is in the award stage, with the contract signed on 15th June 2023. The industry category is services, specifically related to the Swansea Bay City Deal. The key activities include providing technical input for onshore surveys, reviewing scoping reports, defining the scope of work, and creating a bill of quantities and a project schedule.

This tender by Celtic Sea Power presents a significant opportunity for businesses in the services sector to engage in environmental survey projects. Companies specialising in survey methodologies, environmental assessments, and project scheduling would be well-suited to compete. The tender requires expertise in delivering onshore survey campaigns, meeting technical requirements, and complying with health and safety regulations. Bidders will need to demonstrate their capabilities in providing detailed survey methodologies, budgeting, and scheduling to deliver environmental surveys effectively.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Invitation to Tender: Pembrokeshire Demonstration Zone - MOS Onshore Surveys Procurement -Technical

Notice Description

Celtic Sea Power are looking to appoint a specialist to provide technical input into the scope of work for a later Onshore Surveys ITT which will be for a full suite of onshore surveys as set out in the Scoping report and response from NRW found at the following link https://publicregister.naturalresources.wales/Search/Download?RecordId=139646The surveys routes are currently dependent on the output of the Electricity System Operators, Holistic Network Design Follow Up Exercise, which is due to be announced in June 2023. However, for the purposes of this tender, bidders will be asked to provide a fixed fee for their proposals on the routes included in Figure 2 below (the shape files of these can be found in Appendix 2) and based on the assumptions listed below.* Assumption 1 - Surveys will be carried out in a similar time window.* Assumption 2 - CSP will secure landowner agreement to access land for survey purposes.The output of this commission should be suite of documents that covers the full survey methodology for each survey undertaken, a completed Bill of Quantities with P80 budgets for each route and provision of all survey data in both raw and PDF Plan format.Work Package A: Review Scoping Opinion comments from NRW.The primary purpose of this work package is to review the Scoping Report and Scoping Opinion from NRW in relation to the onshore survey scope.The output of this review is to ensure that all survey requirements contained within the Scoping Report and NRW's response is accounted for in the Service Specification.The Successful bidder will be required to provide CSP with confirmation in writing that the outputs meet both the scoping report and the comments made in NRW's response. All files are available on the NRW Website.Work Package B: Service specification for the scope of work for all required Onshore Surveys ITTWorking with the Survey and Consents Manager, the supplier will be expected to finalize the full scope of a survey campaign including types of survey, seasonal considerations, meeting of technical requirements, methodologies to adhere to, equipment and calibrations to be used, appropriateness of organisational structure and capability, health and safety and how the data will need to be presented. The completed scope will therefore be required to characterise the environmental aspects of the onshore export cable corridor area of the Electric Cable Corridor for EIA purposes in line with the expectations of the Owner and the Licensing Authority. This forms the main technical input to a future ITT that will see to procure the surveys as set out in this ITT. Celtic Sea Power require the supplier to provide the following support.a. Support the Survey and Consents Manager to identify suitable Onshore Survey contractors.Work Package C: PDZ Onshore Surveys Bill of Quantities for each route.To enable CSP's evaluation a Bidders' future response to later ITT, CSP will require the bidder to supply Onshore Surveys Bill of Quantities for each route, to be populated with a budget to P80 level of confidence in the MS Excel format.Work Package D: Schedule in MS Project formatA required output of this commission will be for the successful bidder to provide specialist support in forecasting milestones for delivery, the timings of the surveys with suggested budgets and payment schedules. Therefore, a schedule of works will be required for the complete surveys campaign to characterise the environmental aspects of the onshore export cable corridor area of the Electric Cable Corridor for EIA purposes in line with the expectations of the Owner and the Licensing Authority in Microsoft Projects format.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-131639
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131639
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
S2W Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

CPV Codes

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jun 20232 years ago
Submission Deadline
23 May 2023Expired
Future Notice Date
Not specified
Award Date
15 Jun 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CELTIC SEA POWER
Contact Name
Brad Davies
Contact Email
brad.davies@celticseapower.co.uk
Contact Phone
+44 07467512787

Buyer Location

Locality
HAYLE
Postcode
TR27 4DD
Post Town
Truro
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK3 Cornwall and Isles of Scilly
Small Region (ITL 3)
TLK30 Cornwall and Isles of Scilly
Delivery Location
Not specified

Local Authority
Cornwall
Electoral Ward
Gwinear-Gwithian & Hayle East
Westminster Constituency
Camborne and Redruth

Supplier Information

Number of Suppliers
1
Supplier Name

ENVIRONMENTAL RESOURCES MANAGEMENT

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-kuma6s-131639-2023-06-20T11:01:41Z",
    "date": "2023-06-20T11:01:41Z",
    "ocid": "ocds-kuma6s-131639",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-52",
            "name": "Celtic Sea Power",
            "address": {
                "streetAddress": "Chi Gallos, North quay,",
                "locality": "Hayle",
                "postalCode": "TR27 4DD"
            },
            "contactPoint": {
                "name": "Brad Davies",
                "email": "brad.davies@celticseapower.co.uk",
                "telephone": "+44 07467512787",
                "url": "http://www.celticseapower.co.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-74",
            "name": "Celtic Sea Power",
            "address": {
                "streetAddress": "Chi Gallos, North quay,",
                "locality": "Hayle",
                "postalCode": "TR27 4DD"
            },
            "contactPoint": {
                "name": "Brad Davies",
                "email": "brad.davies@celticseapower.co.uk",
                "telephone": "+44 07467512787",
                "url": "http://www.celticseapower.co.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-75",
            "name": "Environmental Resources Management Ltd",
            "address": {
                "streetAddress": "6th Floor, 102 West Port,",
                "locality": "Edinburgh",
                "postalCode": "EH3 9DH"
            },
            "contactPoint": {
                "name": "Keith Grant",
                "url": "http://www.erm.com"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "name": "Celtic Sea Power",
        "id": "org-74"
    },
    "tender": {
        "id": "ocds-kuma6s-131639-tender-132505",
        "title": "Invitation to Tender: Pembrokeshire Demonstration Zone - MOS Onshore Surveys Procurement -Technical",
        "description": "Celtic Sea Power are looking to appoint a specialist to provide technical input into the scope of work for a later Onshore Surveys ITT which will be for a full suite of onshore surveys as set out in the Scoping report and response from NRW found at the following link https://publicregister.naturalresources.wales/Search/Download?RecordId=139646The surveys routes are currently dependent on the output of the Electricity System Operators, Holistic Network Design Follow Up Exercise, which is due to be announced in June 2023. However, for the purposes of this tender, bidders will be asked to provide a fixed fee for their proposals on the routes included in Figure 2 below (the shape files of these can be found in Appendix 2) and based on the assumptions listed below.* Assumption 1 - Surveys will be carried out in a similar time window.* Assumption 2 - CSP will secure landowner agreement to access land for survey purposes.The output of this commission should be suite of documents that covers the full survey methodology for each survey undertaken, a completed Bill of Quantities with P80 budgets for each route and provision of all survey data in both raw and PDF Plan format.Work Package A: Review Scoping Opinion comments from NRW.The primary purpose of this work package is to review the Scoping Report and Scoping Opinion from NRW in relation to the onshore survey scope.The output of this review is to ensure that all survey requirements contained within the Scoping Report and NRW's response is accounted for in the Service Specification.The Successful bidder will be required to provide CSP with confirmation in writing that the outputs meet both the scoping report and the comments made in NRW's response. All files are available on the NRW Website.Work Package B: Service specification for the scope of work for all required Onshore Surveys ITTWorking with the Survey and Consents Manager, the supplier will be expected to finalize the full scope of a survey campaign including types of survey, seasonal considerations, meeting of technical requirements, methodologies to adhere to, equipment and calibrations to be used, appropriateness of organisational structure and capability, health and safety and how the data will need to be presented. The completed scope will therefore be required to characterise the environmental aspects of the onshore export cable corridor area of the Electric Cable Corridor for EIA purposes in line with the expectations of the Owner and the Licensing Authority. This forms the main technical input to a future ITT that will see to procure the surveys as set out in this ITT. Celtic Sea Power require the supplier to provide the following support.a. Support the Survey and Consents Manager to identify suitable Onshore Survey contractors.Work Package C: PDZ Onshore Surveys Bill of Quantities for each route.To enable CSP's evaluation a Bidders' future response to later ITT, CSP will require the bidder to supply Onshore Surveys Bill of Quantities for each route, to be populated with a budget to P80 level of confidence in the MS Excel format.Work Package D: Schedule in MS Project formatA required output of this commission will be for the successful bidder to provide specialist support in forecasting milestones for delivery, the timings of the surveys with suggested budgets and payment schedules. Therefore, a schedule of works will be required for the complete surveys campaign to characterise the environmental aspects of the onshore export cable corridor area of the Electric Cable Corridor for EIA purposes in line with the expectations of the Owner and the Licensing Authority in Microsoft Projects format.",
        "procurementMethod": "open",
        "mainProcurementCategory": "services",
        "submissionMethodDetails": "http://www.sell2wales.gov.wales",
        "tenderPeriod": {
            "endDate": "2023-05-23T17:00:00Z"
        },
        "eligibilityCriteria": "Covering letter.Please note that adherence to these points is considered on a pass/fail basis and must be covered in the covering letter in order for the Price and Quality elements to be considered and scored.a. Contact name for further correspondence.b. For consortium bids, confirmation of which consortium member will lead which area of service.c. Confirmation that the tenderer has the resources available to meet the requirements and services outlined in this ITT.d. Confirmation that the tenderer accepts the Terms and Conditions of the Contract as supplied with this ITT Appendix 1 or as amended through the clarifications process.e. Confirmation that CSP will own any and all output from this ITT.f. Confirmation that the tenderer will be able to meet the Corporate Requirements to include confirmation that Equality and Diversity, Environmental and Data Protection policies are in place and, if successful, supporting documentation will be provided as evidence.g. Confirmation that the tenderer holds current valid insurance policies and, if successful, supporting documentation will be provided as evidence (Section 8.2)h. Conflict of interest statement in accordance with Section 8.3.11 - Corporate Requirements - Conflicts of interest.i. Confirmation of the tenderer will adhere to the European Regional Development Fund Publicity Guidance (see 8.3.12).Approach to Delivering the Services Required / Delivery PlanCSP need to understand how you intend to deliver the work as set out in section 3. Describe your high-level plan (maximum of 3 A4 pages), including.a. Your approach to the brief and how you will deliver the output that CSP require is to be NO LATER THAN 30 JUNE 2023. Please note that this date CANNOT be extended.b. Timescales for delivery to include any meeting or actions of CSP, such as planning, editing and approving.c. Who at your company / consortium will be managing each part the delivery,d. Template to be used for the Bill of Quantities for all works to be carried out (in Excel)CVs or profiles of the individuals who will be actively involved in supporting the project and delivery of the services and who are costed into the tender must be provided. Details of the role to be played by each individual together with a brief history of their experience is to be clearly shown. Limit CVs/profiles to 1 side of A4 per individual.A company organogram or details of the consortium is required.ExperienceCSP require bidders to provide two examples of previous commissions that the bidder has been involved with that relate to the services required and their role in each. These should demonstrate your experience and ability to effectively deliver the services and requirements of this ITT to time and to budget.Bidders are required to include the name of two businesses you have delivered this type of commission for and the contact details of the relevant person at that business who CSP can contact, if needed.Please limit to 2 sides of A4 per example.",
        "awardPeriod": {
            "endDate": "2023-05-26T00:00:00Z"
        },
        "documents": [
            {
                "id": "ocds-kuma6s-131639-document-131639-MAY437562-1",
                "title": "Shapefile 1",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=MAY437562&idx=1",
                "datePublished": "2023-05-16T15:57:47Z",
                "dateModified": "2023-05-16T15:57:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-131639-document-131639-MAY437562-2",
                "title": "Shapefile 2",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=MAY437562&idx=2",
                "datePublished": "2023-05-16T15:57:47Z",
                "dateModified": "2023-05-16T15:57:47Z",
                "format": "image/png"
            },
            {
                "id": "ocds-kuma6s-131639-document-131639-MAY437562-3",
                "title": "ITT: Pembrokeshire Demonstration Zone Onshore Survey Procurement - Technical Specialist",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=MAY437562&idx=3",
                "datePublished": "2023-05-16T15:57:47Z",
                "dateModified": "2023-05-16T15:57:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-131639-document-131639-MAY437562-4",
                "title": "Consultancy Agreement",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=MAY437562&idx=4",
                "datePublished": "2023-05-16T15:57:47Z",
                "dateModified": "2023-05-16T15:57:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.sell2wales.gov.wales"
        },
        "additionalClassifications": [
            {
                "id": "89",
                "description": "Swansea Bay City Deal",
                "scheme": "CPV"
            }
        ]
    },
    "noticetype": "S2W Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "ocds-kuma6s-131639-award-132505-48",
            "suppliers": [
                {
                    "id": "org-75",
                    "name": "Environmental Resources Management Ltd"
                }
            ],
            "items": [
                {
                    "id": "ocds-kuma6s-131639-awarditem-132505-48"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-kuma6s-131639-award-132505-48",
            "awardID": "ocds-kuma6s-131639-award-132505-48",
            "status": "active",
            "dateSigned": "2023-06-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "ocds-kuma6s-131639-bidsstatistic-132505-48",
                "measure": "bids",
                "value": 2
            }
        ]
    }
}