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