Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Invitation to Tender: PDZ - MOS Onshore Surveys Procurement -Technical Specialist

  • Cyhoeddwyd gyntaf: 27 Ebrill 2023
  • Wedi'i addasu ddiwethaf: 04 Gorffennaf 2023

Cynnwys

Crynodeb

OCID:
ocds-kuma6s-131108
Cyhoeddwyd gan:
Celtic Sea Power Limited
ID Awudurdod:
AA80992
Dyddiad cyhoeddi:
27 Ebrill 2023
Dyddiad Cau:
03 Gorffennaf 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Yndi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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=139646 The surveys routes are currently dependant 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 ITT Working 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 format A 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. The potential supplier should assume the following in their fee proposal. 1. A two-hour kick-off meeting to review the work to date. 2. Update and finalize survey campaign design. 3. Provide specialist support and content into the formal tender documentation. Bidders should assume all meetin

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CENEDLAETHOL

SERVICES

1 Manylion yr Awdurdod

1.1

Enw a Chyfeiriad yr Awdurdod


Celtic Sea Power Limited

Chi Gallos, North quay,

Hayle

TR27 4DD

UK

Brad Davies

+44 1736800290

brad.davies@celticseapower.co.uk

http://www.celticseapower.co.uk
http://www.sell2wales.gov.wales
http://www.sell2wales.gov.wales

1.2

Cyfeiriad ar gyfer cael dogfennaeth

Fel yn I.1

1.3

Mae'n rhaid dychwelyd dogfennau wedi'u cwblhau at:

Fel yn I.1

2 Manylion y Contract

2.1

Teitl

Invitation to Tender: PDZ - MOS Onshore Surveys Procurement -Technical Specialist

2.2

Disgrifiad o'r nwyddau neu'r gwasanaethau sydd eu hangen

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=139646

The surveys routes are currently dependant 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 ITT

Working 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 format

A 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.

The potential supplier should assume the following in their fee proposal.

1. A two-hour kick-off meeting to review the work to date.

2. Update and finalize survey campaign design.

3. Provide specialist support and content into the formal tender documentation.

Bidders should assume all meetings will be conducted via MS Teams.

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=131108.

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.

2.3

Cod a Dosbarthiad yr Hysbysiad

89 Swansea Bay City Deal
99 Pembrokeshire Demonstration Zone (PDZ)
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

2.4

Cyfanswm maint neu gwmpas y tendr

The total available budget to progress all work identified within this ITT is £ 15,000.00 excluding VAT

3 Amodau ar gyfer Cymryd Rhan

3.1

Safonau gofynnol a'r cymhwyster sydd ei angen

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 Plan

CSP 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.

Experience

CSP 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.

4 Gwybodaeth Weinyddol

4.1

Math o Weithdrefn

Un cam

4.2

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

N/a

4.3

Terfynau Amser



Terfyn amser ar gyfer derbyn tendrau wedi'u cwblhau
     15 - 05 - 2023  Amser   17:00

Dyddiad dyfarnu amcangyfrifedig   18 - 05 - 2023

4.5

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

EN  

4.6

Blwch Postio Cyflwyno Tendrau

Mae'r awdurdod dyfarnu wedi nodi y bydd yn derbyn ymatebion electronig i'r hysbysiad hwn drwy'r Blwch Postio Cyflwyno Tendrau. Mae rhagor o fanylion ar gael yn https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Gwybodaeth Arall

5.1

Gwybodaeth Ychwanegol

(WA Ref:131108)

The buyer considers that this contract is suitable for consortia bidding.

5.2

Dogfennaeth Ychwanegol

PDZ_Onshore Survey_Issue (Final)
Consultancy Agreement
A5_on_A4
A4 Landscape

5.3

Dyddiad cyhoeddi'r hysbysiad hwn

  27 - 04 - 2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
Nid oes unrhyw gategorïau nwyddau ar gyfer yr hysbysiad hwn.

Lleoliadau Dosbarthu

ID Disgrifiad
1014 De-orllewin Cymru (Sir Gaerfyrddin, Sir Benfro, Ceredigion)

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
brad.davies@celticseapower.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
04/07/2023 09:58
Notice Cancelled
This notice has been cancelled. The original deadline date of 15/05/2023 is no longer applicable.

No bids received

Blwch Post

Mae'r awdurdod dyfarnu wedi nodi y bydd yn derbyn ymatebion electronig i'r hysbysiad hwn drwy'r Blwch Postio Cyflwyno Tendrau.

Cyflwyno eich ymateb i'r tendr yn electronig mewn amgylchedd diogel.

Er mwyn creu ymateb electronig, cliciwch ar y botwm "Ychwanegu at fy rhestr Diddordeb" ar frig y dudalen.

Am ragor o wybodaeth am y Blwch Postio, darllenwch y canllaw i ddefnyddwyr:

Cwestiynau ac Atebion

Gofyn unrhyw gwestiynau y gall fod gennych ynghylch yr hysbysiad hwn i'r prynwr. Er mwyn gofyn cwestiwn neu gwestiynau i'r prynwr cliciwch ar y botwm "Gweld Cwestiynau ac Atebion".

Dogfennau Ychwanegol

Mae'r dogfennau ychwanegol canlynol wedi'u hatodi i'r hysbysiad hwn. I gael y dogfennau hyn, dewiswch enwau'r ffeiliau unigol isod.

Dogfennau cyfredol

png
png1.32 MB
Gofyn am fformat gwahanol.
docx
docx1.42 MB
Gofyn am fformat gwahanol.
docx
docx1.38 MB
Gofyn am fformat gwahanol.
docx
docx663.87 KB
Gofyn am fformat gwahanol.

Dogfennau wedi'u disodli

Nid oes unrhyw fersiynau blaenorol o'r dogfennau hyn


0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.