Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
UK
Contact person: Emma Studley
Telephone: +44 3000653000
E-mail: emma.studley@cyfoethnaturiolcymru.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.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NRW Respacing, cleaning and weeding framework
Reference number: itt_112471 / project_57045
II.1.2) Main CPV code
77231000
II.1.3) Type of contract
Services
II.1.4) Short description
NRW is responsible for the management of the Welsh Government Woodland Estate and land in our care. NRW is certified by both the Forest Stewardship Council (FSC) and the Programme for the Endorsement of Forest Certification (PEFC) to meet the UK Woodland Assurance Standard (UKWAS).
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
Due to the nature of the required works it is difficult for NRW to estimate the value of this framework. For the purposes of establishing this framework we estimate spend in a range of 3,700,000 GBP and 4,500,000 GBP. NRW does not guarantee any level of expenditure under this framework.
The overall Framework will have a term of 48 months (4 years). It is structured as a 36 month (3 year) initial term with 1 x further 1 year (12 month) extension allowable.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
4 500 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: North West Wales
II.2.2) Additional CPV code(s)
77200000
77230000
77231100
77231000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 1: North West Wales
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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 2: North East Wales
II.2.2) Additional CPV code(s)
77231000
77200000
77230000
77231100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 2: North East Wales
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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: 3
II.2.1) Title
Lot 3: North Mid Wales
II.2.2) Additional CPV code(s)
77231000
77200000
77230000
77231100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 3: North Mid Wales
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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: 4
II.2.1) Title
Lot 4: North Mid Wales
II.2.2) Additional CPV code(s)
77231000
77200000
77230000
77231100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 4: North Mid Wales
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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: 5
II.2.1) Title
Lot 5: South West Wales
II.2.2) Additional CPV code(s)
77231000
77200000
77230000
77231100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 5: South West Wales
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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: 6
II.2.1) Title
Lot 6: South Central Wales
II.2.2) Additional CPV code(s)
77231000
77200000
77230000
77231100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 6: South Central Wales
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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: 7
II.2.1) Title
Lot 7: South East Wales
II.2.2) Additional CPV code(s)
77231000
77200000
77230000
77231100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 7: South East Wales
This Respacing, cleaning and weeding framework relates to the supply of respacing services, delivering 6 main requirements:
1. Cleaning of naturally regenerated or planted crops
2. Re-spacing of naturally regenerated or planted crops
3. Creation of inspection racks through brashing
4. Mechanical weeding
5. Hand weeding
6. High pruning
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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 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
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:
2024/S 000-035647
Section V: Award of contract
Lot No: 1
Title: Lot 1: North West Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
GMD FORESTRY LIMITED
3 Pen Y Bryn, Bontuchel
Ruthin
LL152BH
UK
Telephone: +44 7765973628
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
COED Y DYFFRYN LTD
Irish Square, Upper Denbigh Road
St Asaph
LL170RN
UK
Telephone: +44 7531158451
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2: North East Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
GMD FORESTRY LIMITED
3 Pen Y Bryn, Bontuchel
Ruthin
LL152BH
UK
Telephone: +44 7765973628
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
D.I.S Forestry
7 Pen Y Gelli, Bontuchel
Ruthin
LL152BG
UK
Telephone: +44 7766762243
NUTS: UKL13
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Lot 3: North Mid Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
D.I.S Forestry
7 Pen Y Gelli, Bontuchel
Ruthin
LL152BG
UK
Telephone: +44 7766762243
NUTS: UKL13
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
COED Y DYFFRYN LTD
Irish Square, Upper Denbigh Road
St Asaph
LL170RN
UK
Telephone: +44 7531158451
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Tilhill Forestry Ltd
Church Bank, 14 High Street
Llandovery
SA200BA
UK
Telephone: +44 1550721442
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Lot 4: North Mid Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Tilhill Forestry Ltd
Church Bank, 14 High Street
Llandovery
SA200BA
UK
Telephone: +44 1550721442
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
TIRWEDD SUSTAINABLE GARDEN AND TREE SERVICES LLP
C/O Bevan Buckland Llp Ground Floor, Cardigan House, Castle Court, Swansea Enterprise Park
Swansea
SA79LA
UK
Telephone: +44 7531862928
NUTS: UKL18
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Lot 5: South West Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
TIRWEDD SUSTAINABLE GARDEN AND TREE SERVICES LLP
C/O Bevan Buckland Llp Ground Floor, Cardigan House, Castle Court, Swansea Enterprise Park
Swansea
SA79LA
UK
Telephone: +44 7531862928
NUTS: UKL18
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
DTPH ARB & GROUNDWORKS LTD
The Christmas Tree Farm Llanddarog Road, Capel Dewi
Carmarthen
SA328AJ
UK
Telephone: +44 7496389147
NUTS: UKL1
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Title: Lot 6: South Central Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Pitchford Tree Services
115 heolgerrig road
merthyr tydfil
cf481rn
UK
Telephone: +44 7904017433
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
DTPH ARB & GROUNDWORKS LTD
The Christmas Tree Farm Llanddarog Road, Capel Dewi
Carmarthen
SA328AJ
UK
Telephone: +44 7496389147
NUTS: UKL1
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Title: Lot 7: South East Wales
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
30/04/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 12
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Pitchford Tree Services
115 heolgerrig road
merthyr tydfil
cf481rn
UK
Telephone: +44 7904017433
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
CHAPEL TREE SERVICES LTD
Alton Court Farm, Penyard Lane
Ross-On-Wye
HR95NR
UK
Telephone: +44 1989565647
NUTS: UKG11
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Due to the nature of the required works it is difficult for NRW to estimate the value of this framework. For the purposes of establishing this framework we estimate spend in a range of 3,700,000 GBP and 4,500,000 GBP. NRW does not guarantee any level of expenditure under this framework
(WA Ref:150239)
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
30/04/2025