Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Natur am Byth! Môr: Seagrass Moorings - Purchase and Installation

  • First published: 04 March 2025
  • Last modified: 04 March 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-kuma6s-148709
Published by:
Marine Conservation Society
Authority ID:
AA81154
Publication date:
04 March 2025
Deadline date:
31 March 2025
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This invitation to tender covers a contract to increase the resilience of seagrass meadows in Llŷn & Ynys Môn through the purchase and installation of Advance Mooring Sytems (AMS). (Please see Annex 1 for indicative location of the NaB Môr project areas.) This contract includes the procurement of capital equipment. All procurement will be undertaken by Marine Conservation Society in alignment with their procurement policy (attached at Annex 2). Priority locations, and suitable AMS for those locations, were scoped out in the development phase of NaB Môr. (Please see Annex 3 Advanced Mooring Systems (AMS): investigation of suitable sites and techniques.) The contractor is expected to build upon this work, as well as take into consideration work undertaken by other initiatives and projects such as the ReMEDIES project on the south coast of England and previous work undertaken in Porthdinllaen. The work has been split into two separate work packages to facilitate quoting. Please itemise your tender and provide a detailed timeline and spending profile. Building on previous work and with the help of the Llŷn & Môn Regional Coordinator the contractor will deliver the following: Work Package 1: Purchase and manage the installation of 12 AMS in Llŷn & Ynys Môn • Finalise locations on Llŷn and Ynys Môn for the installation of (up to) 12 AMS • Further liaison with landowners • Secure relevant permissions and licences • Select final AMS model(s) that suit the chosen locations. This may require different types of AMS at different locations. • Source and arrange the purchase of AMS. (Please note that Marine Conservation Society hold a separate budget for the purchase of the AMS and will manage the procurement process in line with procurement policy.) • Organise and supervise the installation of the AMS. (Please note that Marine Conservation Society hold separate budget for the installation of the AMS.) Work Package 2: Stakeholder engagement • Engaging with the landowners and key stakeholders at the chosen sites to ensure the project runs smoothly Additional Deliverables: Report on work package 1 and 2 to aid replication of similar AMS deployment and best practice

Full notice text

CONTRACT NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Marine Conservation Society

Finance, Overross House, Ross Park,

Ross-on-Wye

HR9 7US

UK

Nicola Saville

+44 1989566017

financial.control@mcsuk.org

http://www.mcsuk.org
http://www.sell2wales.gov.wales
https://www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Marine Conservation Society

Finance, Overross House, Ross Park,

Ross-on-Wye

HR9 7US

UK

Nicola Saville

+44 1989566017

financial.control@mcsuk.org

http://www.mcsuk.org

1.3

Completed documents must be returned to:


Marine Conservation Society

Finance, Overross House, Ross Park,

Ross-on-Wye

HR9 7US

UK

Nicola Saville

+44 1989566017

financial.control@mcsuk.org

http://www.mcsuk.org

2 Contract Details

2.1

Title

Natur am Byth! Môr: Seagrass Moorings - Purchase and Installation

2.2

Description of the goods or services required

This invitation to tender covers a contract to increase the resilience of seagrass meadows in Llŷn & Ynys Môn through the purchase and installation of Advance Mooring Sytems (AMS). (Please see Annex 1 for indicative location of the NaB Môr project areas.) This contract includes the procurement of capital equipment. All procurement will be undertaken by Marine Conservation Society in alignment with their procurement policy (attached at Annex 2).

Priority locations, and suitable AMS for those locations, were scoped out in the development phase of NaB Môr. (Please see Annex 3 Advanced Mooring Systems (AMS): investigation of suitable sites and techniques.) The contractor is expected to build upon this work, as well as take into consideration work undertaken by other initiatives and projects such as the ReMEDIES project on the south coast of England and previous work undertaken in Porthdinllaen.

The work has been split into two separate work packages to facilitate quoting. Please itemise your tender and provide a detailed timeline and spending profile.

Building on previous work and with the help of the Llŷn & Môn Regional Coordinator the contractor will deliver the following:

Work Package 1: Purchase and manage the installation of 12 AMS in Llŷn & Ynys Môn

• Finalise locations on Llŷn and Ynys Môn for the installation of (up to) 12 AMS

• Further liaison with landowners

• Secure relevant permissions and licences

• Select final AMS model(s) that suit the chosen locations. This may require different types of AMS at different locations.

• Source and arrange the purchase of AMS. (Please note that Marine Conservation Society hold a separate budget for the purchase of the AMS and will manage the procurement process in line with procurement policy.)

• Organise and supervise the installation of the AMS. (Please note that Marine Conservation Society hold separate budget for the installation of the AMS.)

Work Package 2: Stakeholder engagement

• Engaging with the landowners and key stakeholders at the chosen sites to ensure the project runs smoothly

Additional Deliverables:

Report on work package 1 and 2 to aid replication of similar AMS deployment and best practice

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=148709.

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

Notice Coding and Classification

73210000 Research consultancy services
90713000 Environmental issues consultancy services
1011 Isle of Anglesey
1012 Gwynedd
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

2.4

Total quantity or scope of tender

Duration of contract April 2025-August 2027

This ITT splits activities into 2 separate work packages to facilitate the tendering process. Contractors should itemise their tender and provide a detailed timeline, and spending profile for each work package. Tenders should include:

• Total cost including day rate and number of days and VAT where applicable.

• A detailed methodology for undertaking the work with an explanation of ability to complete the project.

• Evidence of successful track record on projects of a similar nature and scale. Please include reference to procurement and installation of mooring systems or similar.

• The contract manager/lead contact should be identified. If there are a number of people delivering the contract, please indicate who will be doing each task and the allocation of days for each member of the team, the cost of any evaluation software, and any out-of-pocket expenses such as travel.

• Details of quality standards for goods/products and a statement of biosecurity measures that you will undertake.

• Timescales including any specific milestones that must be met. e.g. in the form of a Gantt chart, for carrying out the contract and an estimated invoice schedule.

• Confirmation of professional indemnity and public liability insurance of all those who will be delivering the work.

3 Conditions for Participation

3.1

Minimum standards and qualification required

• Experience of working on similar projects.

• Significant knowledge and experience of the biology, management and restoration techniques for seagrass or other similar species.

• Experience of working and liaising with relevant marine stakeholders.

• Experience of successfully working with stakeholders and partners to deliver projects.

• Understanding of Welsh Language (desirable).

Equality and diversity

Marine Conservation Society will always consider equality, diversity and inclusion when conducting procurement activities. Marine Conservation Society requires all its contractors to meet their duties under the Equality Act 2010 and may ask for evidence that they are aware of and operate in accordance with those requirements.

All contractors are encouraged to be aware of Marine Conservation Society’ Equality and Diversity Policy (Please see Annex 4.) when providing services to the public on behalf of Marine Conservation Society.

Health and Safety

The health, safety and wellbeing of Marine Conservation Society’ employees, suppliers/contractors, volunteers, and people who use its resources is of the utmost importance to Marine Conservation Society. Marine Conservation Society will ensure arrangements are in place so that everyone remains healthy, well and injury free.

Contractors may be excluded for proven non-compliance with relevant health and safety legislation, or for a poor track record on previous contracts involving health and safety requirements.

Data protection

Tenders are submitted on the condition that the contractor will only process personal data (as may be defined under any relevant data protection laws) that it gains access to in performance of this contract in accordance with Marine Conservation Society’ written instructions and will not use such personal data for any other purpose.

The contractor will undertake to process any personal data on Marine Conservation Society’ behalf in accordance with the relevant provisions of any relevant data protection laws and to ensure all consents required under such laws are obtained.

Biosecurity

Disease and invasive non-native species can be spread by fish and other animals, people, vehicles and equipment. By using biosecurity measures, the risk of

spreading non-native species and/or disease can be reduced. The contractor shall

be aware of, and work in accordance with, standard good practice and specific

provisions described below:

• The contractor shall report any records of non-native species observed on site

• Specific biosecurity measures:

The two most common ways of disinfecting equipment are to either thoroughly dry

equipment, preferably in direct sunlight or using chemical disinfectants (generally

iodine-based solutions (iodophors) or Virkon® S Aquatic). The use of disinfectants is not likely to be necessary for this contract, but the circumstances at each site will be continually reviewed.

• The contractor shall provide evidence that a full biosecurity risk assessment, compliant with NRW requirements for this work has been completed.

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    31-03-2025  Time  16:00

Estimated award date
 11-04-2025

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

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

5 Other Information

5.1

Additional Information

As part of their tender, contractors must provide (on a separate sheet) full contact details for the legal entity we would be contracting with including the name, registered address (and any alternative address for accounts etc), contact name and numbers, payment and banking details and email and website addresses. This sheet will be removed as part of the tender assessment process. Contractors should ensure that no identifying information is included anywhere else on the tender.

Final report – The final reports shall be presented as a digital copy in a single Microsoft Word file. All images, illustrations and maps will be embedded in the file and provided separately where they are large. The final project reports should be formatted per the attached template (Annex . Nature am Byth Evidence Report template).

• Biological records – Marine biological data shall be presented in an agreed format using approved data guidelines where available. A protocol must be submitted to Marine Conservation Society as part of the finalised project plan.

• Geo-spatial data – Geo-spatial data shall be presented in an agreed format using approved data guidelines where available. A protocol must be submitted to Marine Conservation Society as part of the finalised project plan.

• Metadata – Metadata in standard format must be submitted with the data. Metadata are information about the data, such as the subject matter; how and when the data were collected, etc.

(WA Ref:148709)

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

5.2

Additional Documentation

NaB Môr External Contract Brief Seagrass AMS purchase install V6 (1)
Annex 1 Indicative locations of the NaB Môr project areas
Annex 2. Procurement Policy 2 March 2022
Annex 3. Advanced Mooring systems investigation of suitable sites and techniques
Annex 4. Equality, Diversity and Inclusion 2021
Annex 5. Natur am Byth MCS Evidence Report - template (1)

5.3

Publication date of this notice

 04-03-2025

Coding

Commodity categories

ID Title Parent category
90713000 Environmental issues consultancy services Environmental management
73210000 Research consultancy services Research and development consultancy services

Delivery locations

ID Description
1012 Gwynedd
1011 Isle of Anglesey
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
financial.control@mcsuk.org
Admin contact:
financial.control@mcsuk.org
Technical contact:
N/a
Other contact:
financial.control@mcsuk.org

Further information

Date Details
No further information has been uploaded.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

There are no documents attached to this document

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.