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.

20 Modification Notice

NRW Next Generation Consultancy Services Framework Agreement 2021-2024

  • First published: 14 September 2023
  • Last modified: 14 September 2023

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-104952
Published by:
Natural Resources Wales
Authority ID:
AA0110
Publication date:
14 September 2023
Deadline date:
-
Notice type:
20 Modification Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NRW undertakes a diverse range of civil engineering works across its various functions. Our design and 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). Scope of Work You shall have proven ability in the modelling, appraisal and design of water industry civil engineering projects with attendant requirements, such as: - Flood embankments constructed of earthworks, rock armouring and geotextile materials; - Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and pre-fabricated 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; - In river flow measurement structures, such as weirs plus attendant gauging huts and other structures; - In river fish passage structures; - Features to manage and create a range of habitats; - Infrastructure such as simple bridges; - Co-ordination with external parties and landowners, including obtaining consents and permissions. You shall have personnel at appropriate levels within your organisation who are qualified members of relevant professional organisations. You will provide the following services under the framework: - Undertake project feasibility and other studies; - Mapping and hydraulic modelling: of varying scales (local, catchment and national) and flood risk sources (coastal, fluvial and surface water); reservoir flood study; flood consequences assessment; software expertise (eg FEH methodologies, 1D, 2D, coupled 1D/2D) and innovation; hydrological modelling and analysis; optioneering; - Geotechnical advice and assessment; - Prepare business cases in line with current guidance and best-practice; - Economic assessment (calculation of benefits and cost estimates); - Design civil engineering, structural engineering, MEICA and associated works for construction; - Undertake various surveys, investigations and assessments (such as topographic surveys, bathymetric surveys, diving surveys, services surveys, asset inspections and assessments, ecological surveys, arboricultural surveys) to inform project scoping and design and to manage risks; - Principal Designer and Designer roles under the CDM Regulations (2015); - Environmental assessment, including legislative compliance (eg Environmental Impact Assessment, Habitats Regulations Assessment, Water Framework Directive) advice, and mitigation and enhancement opportunity identification; - Ecology advice, including surveys and assessments; - Landscape advice, including surveys and assessments; - Archaeological and heritage advice, including surveys and assessments; - Geomorphology advice, including surveys and assessments; - Advice on project sustainability and the sustainable management of natural resources; - Advice on planning, consenting and permissions; - Consultation and engagement; - Project management and technical/engineering staff for secondments; - Environmental clerk of works, landscape clerk of works and archaeological clerk of works during construction. CPV: 71311000, 71311100, 71311000, 71310000, 71312000, 71242000, 71320000.

Full notice text

Modification notice

Modification of a contract/concession during its term

Section I: Contracting entity

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

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NRW Next Generation Consultancy Services Framework Agreement 2021-2024

Reference number: 83943

II.1.2) Main CPV code

71311000

 

II.1.3) Type of contract

Services

II.2) Description

II.2.2) Additional CPV code(s)

71311100

71311000

71310000

71312000

71242000

71320000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Provision of consultancy services as detailed in the specification of the tender documentation.

II.2.4) Description of the procurement

NRW undertakes a diverse range of civil engineering works across its various functions. Our design and 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).

Scope of Work

You shall have proven ability in the modelling, appraisal and design of water industry civil engineering projects with attendant requirements, such as:

- Flood embankments constructed of earthworks, rock armouring and geotextile materials;

- Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and pre-fabricated 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;

- In river flow measurement structures, such as weirs plus attendant gauging huts and other structures;

- In river fish passage structures;

- Features to manage and create a range of habitats;

- Infrastructure such as simple bridges;

- Co-ordination with external parties and landowners, including obtaining consents and permissions.

You shall have personnel at appropriate levels within your organisation who are qualified members of relevant professional organisations.

You will provide the following services under the framework:

- Undertake project feasibility and other studies;

- Mapping and hydraulic modelling:

of varying scales (local, catchment and national) and flood risk sources (coastal, fluvial and surface water);

reservoir flood study;

flood consequences assessment;

software expertise (eg FEH methodologies, 1D, 2D, coupled 1D/2D) and innovation;

hydrological modelling and analysis;

optioneering;

- Geotechnical advice and assessment;

- Prepare business cases in line with current guidance and best-practice;

- Economic assessment (calculation of benefits and cost estimates);

- Design civil engineering, structural engineering, MEICA and associated works for construction;

- Undertake various surveys, investigations and assessments (such as topographic surveys, bathymetric surveys, diving surveys, services surveys, asset inspections and assessments, ecological surveys, arboricultural surveys) to inform project scoping and design and to manage risks;

- Principal Designer and Designer roles under the CDM Regulations (2015);

- Environmental assessment, including legislative compliance (eg Environmental Impact Assessment, Habitats Regulations Assessment, Water Framework Directive) advice, and mitigation and enhancement opportunity identification;

- Ecology advice, including surveys and assessments;

- Landscape advice, including surveys and assessments;

- Archaeological and heritage advice, including surveys and assessments;

- Geomorphology advice, including surveys and assessments;

- Advice on project sustainability and the sustainable management of natural resources;

- Advice on planning, consenting and permissions;

- Consultation and engagement;

- Project management and technical/engineering staff for secondments;

- Environmental clerk of works, landscape clerk of works and archaeological clerk of works during construction.

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 36

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 IV: Procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 062-158660

Section V: Award of contract/concession

Contract No: 83943

Title: NRW Next Generation Consultancy Services Framework Agreement 2021-2024

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

05/03/2021

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor/concessionaire

Ove Arup & Partners

4 Pierhead Street

Cardiff

CF104QP

UK

NUTS: UK

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

Black & Veatch Ltd

60 High Street

Redhill

RH11SH

UK

NUTS: UK

The contractor/concessionaire is an SME: No

V.2.4) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot: /concession: 7 500 000.00  GBP

Section VI: Complementary information

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_83943 - NRW Next Generation Consultancy Services Framework Agreement 2021-2024 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.

(WA Ref:134695)

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

12/09/2023

Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

VII.1.1) Main CPV code

71311000

 

VII.1.2) Additional CPV code(s)

71310000

71311100

71311000

71312000

71242000

71320000

VII.1.3) Place of performance

NUTS code:

UKL

VII.1.4) Description of the procurement

NRW undertakes a diverse range of civil engineering works across its various functions. Our design and 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).

Scope of Work

You shall have proven ability in the modelling, appraisal and design of water industry civil engineering projects with attendant

requirements, such as:

- Flood embankments constructed of earthworks, rock armouring and geotextile materials;

- Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and pre-fabricated 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;

- In river flow measurement structures, such as weirs plus attendant gauging huts and other structures;

- In river fish passage structures;

- Features to manage and create a range of habitats;

- Infrastructure such as simple bridges;

- Co-ordination with external parties and landowners, including obtaining consents and permissions.

You shall have personnel at appropriate levels within your organisation who are qualified members of relevant professional organisations.

You will provide the following services under the framework:

- Undertake project feasibility and other studies;

- Mapping and hydraulic modelling:

of varying scales (local, catchment and national) and flood risk sources (coastal, fluvial and surface water);

reservoir flood study;

flood consequences assessment;

software expertise (eg FEH methodologies, 1D, 2D, coupled 1D/2D) and innovation;

hydrological modelling and analysis;

optioneering;

- Geotechnical advice and assessment;

- Prepare business cases in line with current guidance and best-practice;

- Economic assessment (calculation of benefits and cost estimates);

- Design civil engineering, structural engineering, MEICA and associated works for construction;

- Undertake various surveys, investigations and assessments (such as topographic surveys, bathymetric surveys, diving surveys, services

surveys, asset inspections and assessments, ecological surveys, arboricultural surveys) to inform project scoping and design and to manage

risks;

- Principal Designer and Designer roles under the CDM Regulations (2015);

- Environmental assessment, including legislative compliance (eg Environmental Impact Assessment, Habitats Regulations Assessment,

Water Framework Directive) advice, and mitigation and enhancement opportunity identification;

- Ecology advice, including surveys and assessments;

- Landscape advice, including surveys and assessments;

- Archaeological and heritage advice, including surveys and assessments;

- Geomorphology advice, including surveys and assessments;

- Advice on project sustainability and the sustainable management of natural resources;

- Advice on planning, consenting and permissions;

- Consultation and engagement;

- Project management and technical/engineering staff for secondments;

- Environmental clerk of works, landscape clerk of works and archaeological clerk of works during construction.

VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 36

VII.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the procurement: 11 250 000.00 GBP

The contract/concession has been awarded to a group of economic operators: Yes

VII.1.7) Name and address of the contractor/concessionaire

Ove Arup & Partners Ltd

4 Pierhead Street, Capital Waterside

Cardiff

CF104QP

UK

Telephone: +44 2920266689

NUTS: UK

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

Binnies UK Ltd

60 High Street

Redhill

RH11SH

UK

Telephone: +44 1737853676

NUTS: UK

The contractor/concessionaire is an SME: No

VII.2) Information about modifications

VII.2.1) Description of the modifications

Extend the Framework in value from original GBP 7.5m up to GBP 11.25m. The variation relates to Regulation 72 of the Public Contracts Regulations 2015 PCR clause 72(1)(c).

VII.2.2) Reasons for modification

Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee

Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:

The framework value is being increased due to difficulties in recruitment, and other market factors, across the flood risk sector as a whole, resulting in more expenditure than anticipated which has inflated the Framework spend beyond its original estimates.

VII.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)

Value excluding VAT: 7 500 000.00 Currency: GBP

Total contract value after the modifications

Value excluding VAT: 11 250 000.00 Currency: GBP

Coding

Commodity categories

ID Title Parent category
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71310000 Consultative engineering and construction services Engineering services
71320000 Engineering design services Engineering services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71312000 Structural engineering consultancy services Consultative engineering and construction services

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:
22 October 2020
Deadline date:
30 November 2020 00:00
Notice type:
02 Contract Notice
Authority name:
Natural Resources Wales
Publication date:
25 March 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Natural Resources Wales
Publication date:
14 September 2023
Notice type:
20 Modification Notice
Authority name:
Natural Resources Wales
Publication date:
01 March 2024
Notice type:
20 Modification Notice
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.