Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Natural Resources Wales
Welsh Government Offices Cathays Park , King Edward VII Avenue
Cardiff
CF10 3NQ
UK
Contact person: Naomi Hammond
Telephone: +44 3000653574
E-mail: naomi.hammond@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 Helicopter Support Services Framework Agreement 2025-2029
Reference number: project_57490 / itt_113588
II.1.2) Main CPV code
60424120
II.1.3) Type of contract
Services
II.1.4) Short description
NRW is responsible for the management of the Welsh Government Woodland Estate (WGWE) and land in our care including National Nature Reserves.
This is an all-Wales multi-supplier NRW Framework Agreement for the provision of Helicopter Support Services to help enable the Welsh Fire and Rescue Service (FRS) manage fires on our land, or neighbouring land where conditions pose a threat to our land, that have become well established and/or are out of control.
Services provided under this Framework Agreement may be required anywhere in Wales or land manged by NRW in England. Historically, however, the majority of firefighting work has been located in south Wales.
The number and extent of fires each year will determine the support NRW and FRS will require. Due to this unpredictability, NRW does not guarantee any work or level of expenditure under this Framework Agreement.
The proposed duration of the Framework Agreement is 24 months with the option of extending for a further 2 x 12 months thereafter subject to satisfactory performance and annual price review
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
35612300
34711500
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The full description of requirements is provided in the tender documentation published on https://etenderwales.bravosolution.co.uk/web/login.shtml.
Requirements include the provision of:
1. A helicopter suitably equipped for the aerial application of water using underslung bucket
2. Qualified and competent air crew rated for aerial application work and if required experienced ground support crew
3. Minimum 910 litre “Bambi” bucket or equivalent that can be operated at full capacity and the availability of at least 1 spare bucket.
4. If required, refuelling equipment (and fuel) including a minimum of 2000 litre bowser, suitable 4x4 towing vehicle and pollution control spill kits
5. Service Provider(s) must provide a means of effective real time communications between the pilot and the IC, usually in the form of Air band transceivers
6. All machinery and equipment to be supplied, remain serviceable and be serviced throughout the duration of the Framework Agreement by the Service Provider(s)
7. Liaison with FRS Incident Commander (IC) for briefings, including discussion on deployment.
8. Assessment of local onsite conditions by Service Provider(s) and the accurate application of water along the leading edge of the fire (fire front) unless directed otherwise by FRS.
Service Provider(s) are required to abide by the UK Regulation (EU) No 965/2012 Part SPO (Specialised Operations) or equivalent and must maintain throughout the framework all necessary certificates and qualifications required by the Civil Aviation Authority (CAA).
Service Provider(s) must have necessary insurance cover and will be required to observe first aid standards, and other such precautions, such as health and safety, and procedures on access to land and water sources. Service Provider(s) are required to report any notifiable incident, such as pollution, and report on its carbon emissions.
Service Provider(s) are not permitted to assign their obligations under this framework to sub-contractors; sub-contracting is not permitted under this FWA.
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:
2025/S 000-000839
Section V: Award of contract
Contract No: 113588
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/05/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Airbourne Solutions Ltd
Five Acres, Heath Road, Gamlingay
Sandy
SG193LH
UK
Telephone: +44 1767651799
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
S.J. CONTRACTING SERVICES LIMITED
Cedar House, Woodperry Road, Beckley
Oxford
OX39SZ
UK
Telephone: +44 7815046489
NUTS: UKJ14
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Skyhook Helicopters
Unit 1, Osprey Road
Glenrothes
Ky62SZ
UK
Telephone: +44 7818002134
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The number and extent of fires each year will determine the support NRW and FRS will require. Due to this unpredictability, NRW does not guarantee any work or level of expenditure under this framework
(WA Ref:152001)
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
09/06/2025