Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
UK
Telephone: +44 3000653000
E-mail: procurement.enquiries@naturalresourceswales.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://naturalresourceswales.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Other: Welsh Government Sponsored Body
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NRW Next Generation Construction Services Framework Agreement 2020-2024
Reference number: 82973
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
Natural Resources Wales (NRW) is seeking to award a framework for the supply of construction services.
The purpose of the requirement is to provide technical civil engineering services for NRW’s flood risk, Reservoirs Act compliance, hydrometry/telemetry, estates and other relevant programmes of work.
The location for the delivery of this requirement will be across Wales, subject to the Lot restrictions identified in the tender documentation.
The duration of the framework will be three years with an option for NRW to extend the framework duration by one year. The decision on whether to use the extension option available will be at NRW’s discretion.
A briefing session will be held by skype on Friday 4th September 2020 10am. For futher details please email:
procurement.enquiries@naturalresourceswales.gov.uk
II.1.5) Estimated total value
Value excluding VAT:
49 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1a - North Wales
II.2.2) Additional CPV code(s)
45200000
71311100
45246410
45246400
45246000
44212382
45246200
45246100
45110000
45112000
45112500
45243510
45111000
45111200
45111213
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Provision of construction services and works detailed in the specification of the tender documentation for North Wales.
II.2.4) Description of the procurement
Projects delivered under the Framework
Natural Resources Wales undertakes a diverse range of civil engineering works. Our construction works include, but are not limited to, the following:
- Flood risk management capital schemes and capital maintenance/repair of flood defence structures on main rivers and coastal areas.
- Reservoirs Act (1975) compliance projects.
- Hydrometric and telemetry assets construction and capital maintenance/repair.
- Habitat management and creation and environmental land and water remediation.
- Fish passage improvements.
- Major estates infrastructure (e.g. bridges).
The sections below further outline the envisaged service provisions to be delivered in this Lot of the framework, as well as the typical skills/activities required.
Construction Works Requirements
Although the majority of our work is not overly complex civil engineering, your tender shall demonstrate that you have a high degree of skill, knowledge and experience to enable excellent and efficient delivery. You shall have knowledge and ability in the construction of water industry civil engineering, such as:
- Flood embankments constructed of earthworks, rock armouring and geotextile materials.
- Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and prefabricated materials.
- Flood defence and drainage structures that house pumping stations, penstocks, valves and trash screens.
- Water retention structures and reservoirs, requiring compliance with the Reservoirs Act.
- Natural flood management measures.
- In river flow measurement structures, such as weirs.
- In river fish passage structures.
- The construction of features to manage and create a range of habitats;
- Infrastructure such as simple bridges.
- Site clearance and demolition.
- Reinstatement and landscaping, and associated maintenance.
- Temporary works considerations, including significant water management of river flows and tides.
- Co-ordination, communication and consultation with external parties and landowners, including obtaining and complying with consents and permissions.
Suppliers shall have personnel at appropriate levels within their organisation who are qualified members of relevant professional organisations, such as the Institution of Civil Engineers (ICE), the Chartered Institution of Water and Environmental Management (CIWEM) or the Royal Institution of Chartered Surveyors (RICS), in addition to technical and support staff.
The following services will be provided under the Framework Lot:
- Construction of civil engineering and associated works.
- Early contractor advice, during feasibility, appraisal and design.
- Principal Contractor role under the CDM Regulations (2015).
- Undertake various surveys, investigations and assessments to inform project scoping and design and to manage risks.
- Emergency works, to repair threatened, failing or failed assets.
Works Information and Scope for call-off contracts under this framework will be agreed on the basis of project-specific requirements.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
49 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
1 year extension option
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 1b - South Wales
II.2.2) Additional CPV code(s)
45200000
71311100
44212382
45246000
45246400
45246410
45246100
45246200
45110000
45112000
45112500
45243510
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Provision of construction services and works detailed in the tender documentation for South Wales.
II.2.4) Description of the procurement
Projects delivered under the Framework
Natural Resources Wales undertakes a diverse range of civil engineering works. Our construction works include, but are not limited to, the following:
- Flood risk management capital schemes and capital maintenance/repair of flood defence structures on main rivers and coastal areas.
- Reservoirs Act (1975) compliance projects.
- Hydrometric and telemetry assets construction and capital maintenance/repair.
- Habitat management and creation and environmental land and water remediation.
- Fish passage improvements.
- Major estates infrastructure (e.g. bridges).
The sections below further outline the envisaged service provisions to be delivered in this Lot of the framework, as well as the typical skills/activities required.
Construction Works Requirements
Although the majority of our work is not overly complex civil engineering, your tender shall demonstrate that you have a high degree of skill, knowledge and experience to enable excellent and efficient delivery. You shall have knowledge and ability in the construction of water industry civil engineering, such as:
- Flood embankments constructed of earthworks, rock armouring and geotextile materials.
- Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and prefabricated materials.
- Flood defence and drainage structures that house pumping stations, penstocks, valves and trash screens.
- Water retention structures and reservoirs, requiring compliance with the Reservoirs Act.
- Natural flood management measures.
- In river flow measurement structures, such as weirs.
- In river fish passage structures.
- The construction of features to manage and create a range of habitats;
- Infrastructure such as simple bridges.
- Site clearance and demolition.
- Reinstatement and landscaping, and associated maintenance.
- Temporary works considerations, including significant water management of river flows and tides.
- Co-ordination, communication and consultation with external parties and landowners, including obtaining and complying with consents and permissions.
Suppliers shall have personnel at appropriate levels within their organisation who are qualified members of relevant professional organisations, such as the Institution of Civil Engineers (ICE), the Chartered Institution of Water and Environmental Management (CIWEM) or the Royal Institution of Chartered Surveyors (RICS), in addition to technical and support staff.
The following services will be provided under the Framework Lot:
- Construction of civil engineering and associated works.
- Early contractor advice, during feasibility, appraisal and design.
- Principal Contractor role under the CDM Regulations (2015).
- Undertake various surveys, investigations and assessments to inform project scoping and design and to manage risks.
- Emergency works, to repair threatened, failing or failed assets.
Works Information and Scope for call-off contracts under this framework will be agreed on the basis of project-specific requirements.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
1 year extension option
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
See tender documentation
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 214-525486
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/10/2020
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
11/01/2021
IV.2.7) Conditions for opening of tenders
Date:
12/10/2020
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
End of this Framework in either 3 or 4 years depending on whether the extension option is activated.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
INSTRUCTIONS FOR SUBMITTING AN EXPRESSION OF INTEREST / COMPLETING THE ITT.
i) Suppliers should register on the eTendering portal https://etenderwales.bravosolution.co.uk/web/login.shtml
ii) Once registered, suppliers must express their interest as follows
a) login to the eTendering portal
b) select ITT'
c) select 'ITTs Open To All Suppliers'
d) access the listing relating to the contract ITT: itt_82973 - NRW Next Generation Construction Services Framework Agreement 2020-2024 and view details
e) click on 'Express Interest' button in the 'Actions' box on the left hand side of the page
iii) Once you have expressed interest, the ITT will move to 'My ITTs', where you can download and where you can construct your reply as
instructed. You must then publish your reply using the publish button.
iv) For any support in submitting your expression of interest, BravoSolution can be contacted on 0800 069 8634 or by email to help@bravosolution.co.uk.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=103601
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community Benefits in a procurement context are about ensuring that wider social and economic issues are taken into account when procuring works, to maximise the investment as widely as possible. NRW is committed to delivering community benefits where appropriate and will set out desired community benefits on individual call-off contracts. We expect the support of suppliers throughout the framework.
Where community benefits can be achieved the successful supplier(s) will be required to implement the community benefit proposals submitted in their tender response and agreed by NRW.
(WA Ref:103601)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
26/08/2020