CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Natural Resources Wales |
Welsh Government Building, Rhodfa Padarn |
Aberystwyth |
SY23 3UR |
UK |
Procurement
Alison Subacchi |
+44 3000680334 |
procurement.aberystwyth@cyfoethnaturiolcymru.gov.uk |
|
www.naturalresourceswales.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Forestry |
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySupport Services Related to Working with Overhead Power Lines |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract12 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Wales
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
We will be awarding a contract or contracts for the supply of services to facilitate safe working practices where forest operations are conducted within the proximity of overhead power lines on Natural Resources Wales' estate. These services comprise constructing, installing and removing temporary goalposts, boundary marking exclusion zones where felling may only be conducted where outages are in place, erecting warning signs and undertaking maintenance of these services.
Contract areas will be split into 2 lots, covering North and South Wales:
Lot 1 – Zone 1: Coed y Mynydd and Coed y Gororau Forest Districts (North Wales).
Lot 2 – Zone 2: Llanymddyfri Forest District and Coed y Cymoedd Forest District (South Wales).
You may bid for one or more lots but you must demonstrate that you have the capacity to deliver the requirements of the contract for all the lots that you bid for.
Our intention is to award the contract(s) for a period of 3 years. The anticipated start date is February 2014
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=2227.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
77230000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe total value of the contract(s) over the entire period will be in the region of £300,000 to £400,000 but may be more or less depending on work programmes. |
|
300000400000 GBP |
II.2.2)
|
OptionsOur intention is to award the contract(s) for a period of 3 years.
Break points are available within the contract(s) at annual intervals at which time we will decide on whether the contract(s) will continue.
The decision on whether to use the break points or any or all of the extension options available will be at our discretion and we will base it on the following factors:
Performance; budget. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 01-02-2014 31-01-2017 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
see tender document
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
see tender document
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
see tender document
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
the bidder is established.
|
III.2.3)
|
Technical capacity
see tender documents
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
DA05076(T)
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 01-11-2013
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 08-11-2013
15:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 3
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Bidders will be expected to have the following qualifications/ certifications:
First Aid;
Certificate of competence in Chainsaw operations;
NPTC Arboricultural Works within Proximity Zone of Overhead Lines up to and including 400kV Unit 1 Electrical Hazard Awareness (or equivalent).
(WA Ref:2227)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Natural Resources Wales |
FAO: Mr Kevin Ingram, Ty Cambria, 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
enquiries@naturalresourceswales.gov.uk |
+44 3000653001 |
www.naturalresourceswales.co.uk |
|
|
|
Body responsible for mediation procedures
Chartered Institute of Arbitrators |
12 Bloomsbury Square |
London |
WCA1A 2LP |
UK |
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 17-09-2013 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Natural Resources Wales |
Welsh Government Building, Rhodfa Padarn |
Aberystwyth |
SY23 3UR |
UK |
Procurement
Melanie Rodda |
+44 3000680334 |
procurement.aberystwyth@cyfoethnaturiolcymru.gov.uk |
|
www.naturalresourceswales.gov.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Natural Resources Wales |
Welsh Government Building, Rhodfa Padarn |
Aberystwyth |
SY23 3UR |
UK |
Procurement
Melanie Rodda |
+44 3000680334 |
procurement.aberystwyth@cyfoethnaturiolcymru.gov.uk |
|
www.naturalresourceswales.gov.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Natural Resources Wales |
Welsh Government Building, Rhodfa Padarn |
Aberystwyth |
SY23 3UR |
UK |
Procurement
Melanie Rodda |
+44 3000680334 |
procurement.aberystwyth@cyfoethnaturiolcymru.gov.uk |
|
www.naturalresourceswales.gov.uk |
|
|
ANNEX B
Information About Lots
|
1
Zone 1 - North Wales |
1)
|
Short Description
All works required within Coed y Mynydd and Coed y Gororau Forest District areas.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
77230000 |
|
|
|
|
|
3)
|
Quantity or scope
Coed y Mynydd and Coed y Gororau Forest District areas.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
Zone 2 - South Wales |
1)
|
Short Description
All works required within Llanymddyfri and Coed y Cymoedd Forest District areas.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
77230000 |
|
|
|
|
|
3)
|
Quantity or scope
Llanymddyfri and Coed y Cymoedd Forest District areas.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|