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.

02 Contract Notice

NRW Next Generation Construction Services Framework Agreement 2020-2024

  • First published: 28 August 2020
  • Last modified: 28 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-103601
Published by:
Natural Resources Wales
Authority ID:
AA0110
Publication date:
28 August 2020
Deadline date:
12 October 2020
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 CPV: 45200000, 45200000, 71311100, 44212382, 45246000, 45246400, 45246410, 45246100, 45246200, 45110000, 45112000, 45112500, 45243510, 45200000, 71311100, 45246410, 45246400, 45246000, 44212382, 45246200, 45246100, 45110000, 45112000, 45112500, 45243510, 45111000, 45111200, 45111213.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
71311100 Civil engineering support services Civil engineering consultancy services
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45112500 Earthmoving work Excavating and earthmoving work
45243510 Embankment works Coastal-defence works
45112000 Excavating and earthmoving work Building demolition and wrecking work and earthmoving work
45246410 Flood-defences maintenance works River regulation and flood control works
44212382 Floodgates Structural products and parts except prefabricated buildings
45246400 Flood-prevention works River regulation and flood control works
45246000 River regulation and flood control works Construction work for water projects
45246200 Riverbank protection works River regulation and flood control works
45246100 River-wall construction River regulation and flood control works
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45111213 Site-clearance work Demolition, site preparation and clearance work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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.

Document family

Notice details
Publication date:
28 August 2020
Deadline date:
12 October 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Natural Resources Wales
Publication date:
25 February 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Natural Resources Wales

About the buyer

Main contact:
procurement.enquiries@naturalresourceswales.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.