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 Supervision Services Framework Agreement 2021-2024
Reference number: 85177
II.1.2) Main CPV code
71520000
II.1.3) Type of contract
Services
II.1.4) Short description
Natural Resources Wales (NRW) is seeking to award a framework for the supply of construction management and supervision services.
The purpose of the requirement is to provide expert construction management, contract management and supervision services for NRW’s contracted flood risk, Reservoirs Act, Hydrometry/Telemetry, Estates and other relevant programmes of work.
The location for the delivery of this requirement will be across Wales.
The duration of the framework will be three years.There will be an option to extend the framework by up to a further 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 Teams on Friday 8th January 2021 at 10am. For further details and to book your place please email:
procurement.enquiries@naturalresourceswales.gov.uk
II.1.5) Estimated total value
Value excluding VAT:
4 400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71311100
71311000
71310000
71312000
71242000
71320000
71520000
71521000
71247000
71248000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Provision of construction management and supervision 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.
- 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).
You will provide the following services under the framework:
- Construction contract management (eg act as NEC3 ECC Project Manager);
- Construction supervision (eg NEC3 ECC Site Supervisor);
- Construction environmental clerk of works (ECoW);
- Construction landscape clerk of works (LCoW) (note the LCoW must be a Chartered Member of the Landscape Institute (CMLI));
- Investigation and survey contract management and supervision;
- Project management staff for secondments;
- Health and safety advice;
- Pre- and post-contract advice;
- Collation, analysis and presentation of contractor Delivery Data.
Please note that NRW employs its own Quantity Surveyors who shall support the ECC Project Manager on cost and commercial aspects of ECC administration, such as assessing Defined Cost when assessing amounts due and compensation events quotations.
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:
4 400 000.00
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
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: 2
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:
03/02/2021
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
04/05/2021
IV.2.7) Conditions for opening of tenders
Date:
03/02/2021
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_85177 - NRW Next Generation Supervision 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.
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=106738
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 services,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 in delivering Community Benefits alongside NRW.
(WA Ref:106738)
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
17/12/2020