Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NPS Construction Consultancy Infrastructure Framework (Phase 2)

  • First published: 01 June 2015
  • Last modified: 01 June 2015

Contents

Summary

OCID:
ocds-kuma6s-027205
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
01 June 2015
Deadline date:
02 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services 'once for Wales'. The NPS on behalf of the Welsh public sector wishes to establish a Framework Agreement for the provision of Construction Consultancy Infrastructure services Tenderers are invited to bid to become a member of the Framework Agreement, comprising the following disciplines: 1. Multi-Disciplinary – Infrastructure 2. Civil Engineering 3. Highway Engineering 4. Transportation Consultancy 5. Flood Risk Mapping, Modelling and Analysis Consultancy 6. Water Management Consultancy 7. Estates Professional Services 8. Asbestos Consultancy 9. Site Supervision 10. Aviation Services The list of organisations that are eligible to utilise the Framework Agreement can be located within the Invitation to Tender package. Please note, that in total, across discipline, geographical zone and fee based approach there are 46 lots. Bidders will be restricted to bidding for a maximum of 23 lots in total and should specify the lots for which they are bidding within the eTender through which this tender is being undertaken. CPV: 71311000, 71530000, 71313000, 79419000, 71311210, 71315210, 71800000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


The Welsh Ministers (National Procurement Service)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

Professional Services Category

+44 3007900170

NPSProfessionalServices@wales.gsi.gov.uk


http://npswales.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760

http://www.etenderwales.bravosolution.co.uk

http://www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Checked box
Yes

The framework will be available to use by NPS member organisations http://npswales.gov.uk/about-us/customer-member-organisations?lang=en . In addition the framework can also be used by Welsh Public sector organisations identified within the Invitation to Tender (ITT) documents.

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

NPS Construction Consultancy Infrastructure Framework (Phase 2)

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

Main site or location of works, place of delivery or performance

Across Wales



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

260

Duration of the framework agreement

48

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

2000000060000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services 'once for Wales'.

The NPS on behalf of the Welsh public sector wishes to establish a Framework Agreement for the provision of Construction Consultancy Infrastructure services

Tenderers are invited to bid to become a member of the Framework Agreement, comprising the following disciplines:

1. Multi-Disciplinary – Infrastructure

2. Civil Engineering

3. Highway Engineering

4. Transportation Consultancy

5. Flood Risk Mapping, Modelling and Analysis Consultancy

6. Water Management Consultancy

7. Estates Professional Services

8. Asbestos Consultancy

9. Site Supervision

10. Aviation Services

The list of organisations that are eligible to utilise the Framework Agreement can be located within the Invitation to Tender package.

Please note, that in total, across discipline, geographical zone and fee based approach there are 46 lots. Bidders will be restricted to bidding for a maximum of 23 lots in total and should specify the lots for which they are bidding within the eTender through which this tender is being undertaken.

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=27205.

II.1.6)

Common Procurement Vocabulary (CPV)

71311000
71530000
71313000
79419000
71311210
71315210
71800000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The range of services covered by the framework are described within Annex B - Information About Lots.

The framework will be let for a period of 48 months with the option to implement a break clause after 24 months and 36 months as described within the ITT documentation.

2000000060000000
GBP

II.2.2)

Options

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

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As set out in the Invitation to Tender (ITT).

The awarding authority reserves the right to request parent company and/or other guarantees of performance and financial liability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the Invitation to Tender (ITT).

Payment terms will be indicated in the contract documents. Tenders to be priced in Sterling. Payment to be made in Sterling only.

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

None specified. Save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the contract is with a special purpose company with separate legal personality established for the project, the contracting authority will require sufficient guarantees to be given by participants in that company or their parents.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) 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.

III.2.2)

Economic and financial capacity


Please see information contained within the ITT.




III.2.3)

Technical capacity





III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box

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

NPS-PS-0027-15

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 233-410692 03-12-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 02-07-2015  14:00

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

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

4 

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


Between 24 - 48 months

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk.

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a username and will receive a password.

- The Password will be sent by e-mail to the e-mail address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click "Forgot your password?"

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

HOW TO FIND THE ITT:

- Once logged in you must click on 'ITTs Open to all Suppliers'.

- The etender references for this framework are:

Project:30398

MANDATORY ITTs

The following ITTs must be completed by ALL Tenderers:

itt_47929 - Qualification questionnaire

itt_47931 - Generic questionnaire

ITT's SPECIFIC TO EACH SUBJECT AREA

The following ITTs must be completed by Tenderers wishing to bid for each subject area:

itt_47932 – Multi-Disciplinary (Infrastructure)

itt_48087 – Civil Engineering

itt_48088 – Highway Engineering

itt_48092 – Transportation Consultancy

itt_48093 – Flood Risk Mapping, Modelling and Analysis

itt_48094 – Water Management

itt_48095 – Estates Professional Services

itt_48096 – Asbestos Consultancy

itt_48097 – Site Supervision

itt_48098 – Aviation Services

- Click on the title to access summary details of the ITT. If you are still interested in submitting a tender, click the 'Express an Interest button'. This will move the ITT from the 'Open to all Suppliers' area to the 'My ITT's' on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the 'Attachments' area.

If you have any queries regarding the requirements please message using the e-tenderwales message portal. If you are seeking help on using the etenderwales system please email the bravo solutions helpdesk at help@bravosolution.co.uk or 0800 3684852

If you require the documentation in an alternative format, please use the 'Messages' area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.

(WA Ref:21030)

The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.

(WA Ref:27205)

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:

Details about Community Benefits can be found in the ITT documentation

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










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

 01-06-2015

ANNEX B

Information About Lots

1     Multi-Disciplinary - Infrastructure

1)

Short Description

The NPS are seeking to appoint to the framework Multi-Discipline – Infrastructure Services able to provide a suitable, professionally qualified resource to undertake potential commissions

2)

Common Procurement Vocabulary (CPV)

71530000
71311000

3)

Quantity or scope

1. Lead consultant / Project Manager

2. Advise Client on CDM Matters

3. Mechanical and Electrical Engineering

4. Quantity Surveying

5. Structural Engineering

6. Project Management

7. Environment Management and Assessment

8. Landscape Architecture / Design

9. Civil Engineering Consultants

10. Highway Engineering Consultants

11. Transportation Consultants

12. Hydrology and Hydrogeology Consultants (FCA & Modelling)

13. Utility Consultants

14. Geo-environmental Consultants

15. Geotechnical Consultants

16. Master Planning / Urban Design Consultants

17. Planning Consultants

18. Archaeological and Cultural Heritage Consultants

19. Environmental & Hydrology and Hydrogeology Consultants (Contamination)

20. CEEQUAL Assessment

21. Regeneration Consultants

22. Business Planning Consultants

23. Site Supervision Consultants (Resident Engineers / Clerk of Works / Project Manager / Site Supervisor)


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be split into South East, South West, Mid/North and an All Wales zone.

Up to GBP100k in fees, work will be awarded through the regional zones.

Work above GBP100k will be awarded through the All Wales zone.

ANNEX B

Information About Lots

10     Aviation Consultancy

1)

Short Description

The NPS are seeking to appoint to the framework Aviation Consultancy Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

2)

Common Procurement Vocabulary (CPV)

66514120

3)

Quantity or scope

- If required take on the role of “Principal Designer” in accordance with CDM 2015 Regulations.

- Production of affordable and sustainable aviation designs

- Project Briefs

- Specifications

- Bill of Quantities

- Design guides and design codes

- Aviation studies

- Aircraft Impact Studies

- Environmental Monitoring

- Design audit, and advice

- Design quality

- Infrastructure design

- Drainage design

- 3D Infrastructure / Ground Model Design

- Whole life cost

- Cost estimates

- Geotechnical advice, assessments and implementation

- Preparation of work packages suitable to tender, procurement management, monitoring of survey / construction works

- Attend meetings

- Advice Client on CDM Matters

- Health Safety

- Environment Management

- Expert witness

- Training

- Market Studies & Analysis


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be an All Wales zone.

The zone will be further lotted on a fees basis as follows

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

2     Civil Engineering Consultancy

1)

Short Description

The NPS are seeking to appoint to the framework Civil Engineering Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

2)

Common Procurement Vocabulary (CPV)

71311000

3)

Quantity or scope

- If required undertake the role of “Principal Designer” in accordance with CDM 2015 Regulations .

- Production of affordable and sustainable civil engineering designs

- Project Briefs

- Specifications

- Bill of Quantities

- Design guides and design codes

- Infrastructure studies

- Design audit, and advice

- Design quality

- Infrastructure design

- Drainage design

- 3D Infrastructure / Ground Model Design

- On-site FCA

- Whole life cost

- Cost estimates

- Geotechnical advice, assessments and implementation

- Preparation of work packages suitable to tender, procurement management, monitoring of survey / construction works

- Advise Client on CDM Matters

- Environment Management and Assessment

- Landscape Architecture / Design

- Training


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be split into South East, South West and Mid/North Wales zones.

Each zone will be further lotted on a fees basis as follows:

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

3     Highway Engineering Consultancy

1)

Short Description

The NPS are seeking to appoint to the framework Highway Engineering Practices able to provide a suitable, professionally qualified resource to undertake potential commissions

2)

Common Procurement Vocabulary (CPV)

71311220

3)

Quantity or scope

- Provide affordable and sustainable Highway designs and advice having regard to all current standards and regulations

- Provide services relevant to their discipline in highway engineering and associated infrastructure works, for new build, or upgrading projects.

- If required take on the role of “Principal Designer” in accordance with CDM 2015 Regulations.

- Highway advice, assessments and implementation

- Feasibility Studies

- Drainage design

- 3D Infrastructure / Ground Model Design

- Whole Life Cost Assessment

- Consider the ethos of CEEQUAL where appropriate in design together with other environmental issues.

- Undertake associated highway drainage design

- Cost estimates

- Geotechnical advice, assessments and implementation

- Preparation of work packages suitable to tender, procurement management, monitoring of survey / construction works

- Attend meetings

- Advice Client on CDM Matters

- Health Safety

- Environment Management

- Expert witness

- Training

- Noise monitoring (part 1 claims)

- Alternative dispute resolution skills

- Claims Management skills


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be split into South East, South West and Mid/North Wales zones.

Each zone will be further lotted on a fees basis as follows:

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

4     Transportation Consultancy

1)

Short Description

The NPS are seeking to appoint to the framework Transportation Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

2)

Common Procurement Vocabulary (CPV)

71311200

3)

Quantity or scope

- Production of Affordable and Sustainable Transport Assessments

- Transport advice, assessments and implementation

- New build and upgrading projects

- Network Surveys / Assessments

- Traffic Surveys / Assessments

- Air, Noise and Vibration Surveys

- Feasibility Studies / Assessments

- Whole Life Cost Assessment

- Cost estimates

- Preparation of work packages suitable to tender, procurement management, monitoring of survey works

- Attend meetings

- Advice Client on CDM Matters

- Health Safety

- Environment Management

- Expert witness

- Training

- Noise monitoring (part 1 claims)

- Alternative dispute resolution skills

- Claims Management skills


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be split into South East, South West and Mid/North Wales zones.

Each zone will be further lotted on a fees basis as follows:

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

5     Flood Risk Mapping, Modelling and Analysis Consultancy

1)

Short Description

The NPS are seeking to appoint to the framework Flood & Coastal Risk Management Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

2)

Common Procurement Vocabulary (CPV)

71313000

3)

Quantity or scope

Modelling

- Hydrological modelling and analysis

- Rainfall run-off and flood routing models

- Real time flood forecasting model development & performance testing

- Coastal, fluvial and surface water hydraulic modelling

- Wave forecasting and overtopping analysis, deep water to shallow water wave transformation and joint probability analysis

- Coastal erosion, sewer network and groundwater modelling

- Direct rainfall modelling

- Whole system modelling

- National scale modelling

- Breach, blockage and scenario modelling

- Stage-discharge rating reviews & extensions, including development of modelled ratings

- Optioneering and impact assessment at suitable quality that could lead to detailed design

- Sediment modelling

Mapping

- Mapping of river and sea flooding

- Mapping of pluvial water / urban drainage

- Emergency Planning

- Flood forecasting and flood warning feasibility studies

- Access and egress, emergency evacuation

- Reservoir dam breach analysis and inundation modelling / mapping

- Emergency response exercises and De-briefs

- Multi agency response plans

Development Control

- Development and creation of Flood Consequence Assessment (FCA’s)

- Quality assurance checks of Flood Consequence Assessments (FCA’s) and supporting model data

Data

- Post flood data collection and surveying & event analysis

- Management and collection of topographical information which may include river channel and flood plains, bathymetry, defence survey, beach profiles and airborne surveys

- Data Management

- Provision of local telemetry systems to at risk communities

- River and rainfall data collection and flow gaugings

- Siltation and gravel surveys & monitoring.

Scheme Appraisal

- Initial, or ‘Pre-Feasibility’ level assessment of flood mitigation options

- Benefit cost assessment

- Project Appraisal and business case presentation

Strategies

- Development and creation of Strategies (inland and coastal)

- Flood Risk Management Plans

- Development and creation of Strategic Flood Consequence Assessment (SFCA’s)

Drainage

- Assessment of existing and proposed surface water drainage arrangements

- Detailed assessment of existing and proposed surface water drainage arrangements (including the feasibility of Sustainable Drainage Systems, ‘ SuDS’, and surface water attenuation facilities if required)

Other

- Policy / process development

- Technical compliance checks / assistance

- Training

- Hydro morphological assessment and impact analysis

- Assessment of Natural Flood Management measures

- Attendance at site and client meetings

- Expert witness


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be an All Wales zone.

The zone will be further lotted on a fees basis as follows

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

6     Water Management Consultancy

1)

Short Description

The NPS are seeking to appoint to the framework Water Management Consultancies to provide a suitable, professionally qualified resource to undertake potential commissions.

2)

Common Procurement Vocabulary (CPV)

71313000

3)

Quantity or scope

- If required take on the role of “Principal Designer” in accordance with CDM 2015 Regulations.

- Project appraisal and feasibility studies

- Investigation of inland and coastal flood risk and erosion problems

- Development and modelling of options

- Assessment of costs and benefits/economic analysis

- Assessment of environmental impacts (EIA) and identification of opportunities

- Stakeholder engagement

- Strategic studies – larger scale investigations of catchments or coastal cells

- Production of business cases

- Design of fluvial, coastal and tidal flood defences and impounding structures

- Design of coastal engineering and scour protection

- Design of pumping and control systems

- Design of mechanical and electrical installations

- Design of works associated with water resources, fisheries, ecology

- Landscaping and recreation design

- Geotechnical advice, assessments and implementation

- Supervision of construction works and mechanical and electrical installations

- ECC project management

- Site Supervision: Environmental Clerk of Works (ECoW), Landscape Clerk of Works (LCoW), Archaeological Watching briefs

- Mechanical, electrical, instrumentation, control and automation (MEICA), including designs such as lock gates, flood gates and barriers

- Inspections, services and advice of all Reservoir’s Panel Engineers (Reservoir’s Act 1975)Design activities relating to river restoration and 'soft’ engineering solutions

- Advice on technical solutions and risk management

- Advice on decommissioning, restoration and land remediation

- Obtain consents e.g. planning permission; marine license consent; site of special scientific interest (SSSI) assent; scheduled ancient monument consent; listed building consent.

- Ecological surveys

- Specialist services such as: Habitats Regulations Assessment; Water Framework Directive Assessment; Ecosystems Services Assessment; Coastal and Fluvial Geomorphology Assessment

- Advise and deliver archaeological and cultural heritage surveys and assessments

- Provide environmental and landscape cost estimates

- Advice on town and country planning, heritage, landscape and ecology

- Land surveying

- Flood and coastal defence asset condition surveys

- Property level flood protection surveys

- Development of best practice guidance based on research outputs

- Advice on economics and partnership funding

- Advice on partnership working, community engagement and public relations

- Communications and public consultations

- Contaminated land investigations

- Site investigation

- Buried services surveys

- Water resources and groundwater services

- Provision of training on key disciplines

- Preparation of work packages suitable to tender, procurement management, monitoring of survey / construction works


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be an All Wales zone.

The zone will be further lotted on a fees basis as follows

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

7     Estates Professional Services

1)

Short Description

NPS are seeking to appoint to the Framework Estates Professional Services Consultancies to provide a suitable, professionally qualified resource to undertake potential commissions.

2)

Common Procurement Vocabulary (CPV)

71315210

3)

Quantity or scope

- Acquisition of freehold, leasehold or other interests in land and property

- Valuation reports compliant with RICS standards including provision of expert witness support.

- Compulsory acquisition and compensation.

- Disposal (includes letting or other commercial arrangements) of freehold, leasehold or other interests in land and property.

- Landlord and tenant issues including landlord consents, service charges and claims, Rent reviews, Lease renewals Lease breaks, lease expiries and Dilapidations.

- Rating support services

- Valuation and appraisal for capital taxes

- Strategic advice, including procurement / disposal and the preparation and development of estate strategies.

- Development consultancy and planning advice.

- General advice on estate and property management General estate and property management duties.

- Daylighting / sunlight/ overshadowing and rights of light, boundary disputes and surveys, Way-leaves and easements together with other neighbourly matters.

- Negotiation of specialist statutory compensation for schemes such as construction of flood assets and conservation management agreements.

- Right to Buy Valuations


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be split into South East, South West and Mid/North Wales zones.

Each zone will be further lotted on a fees basis as follows:

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

8     Asbestos Consultancy

1)

Short Description

The NPS are seeking to appoint to the framework Asbestos Practices able to provide a suitable, professionally qualified resource to undertake potential commissions

2)

Common Procurement Vocabulary (CPV)

90650000

3)

Quantity or scope

- Production of Asbestos Assessments both factual and interpretive

- Asbestos Surveys and Investigations

- Design advice

- Project Briefs

- Specifications

- Cost estimates

- Provide affordable and sustainable designs and advice having regard to all current standards and regulations

- Provide the client with plans and associated documents, to achieve a cost effective solutions as appropriate for the project

- Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value

- Consider other Asbestos clearance / mitigation measures

- Preparation of work packages suitable to tender, procurement management, monitoring of survey / investigation works

- Attend meetings

- Advice Client on CDM Matters

- Health Safety

- Environment Management

- Expert witness

- Training


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be split into South East, South West and Mid/North Wales zones.

Each zone will be further lotted on a fees basis as follows:

GBP0-25k

GBP25k+

ANNEX B

Information About Lots

9     Site Supervision

1)

Short Description

The NPS are seeking to appoint to the framework Site Supervision Practices able to provide a suitable, professionally qualified resource to undertake potential commissions.

2)

Common Procurement Vocabulary (CPV)

71521000

3)

Quantity or scope

- Supervise construction projects

- Undertake role of ECC Project Manager

- Undertake role of ECC Site Supervision

- Undertake role of Environmental Clerk of Works (ECoW)

- Undertake role of Landscape Clerk of Works (LCoW)

- Undertake Archaeological Watching briefs

- Monitoring and reporting on construction works

- Maintain a daily project diary record

- Certify/ensure works are completed as per specification/drawings

- Audit, and advice

- Cost estimates

- Provide advice on the merits of alternative solutions considered appropriate for projects to demonstrate the achievement of Best Value

- Advise Client on CDM Matters

- Training


4)

Indication about different contract dates

5)

Additional Information about lots

The discipline will be split into South East, South West and Mid/North Wales zones.

Each zone will be further lotted on a fees basis as follows:

GBP0-25k

GBP25k+


Coding

Commodity categories

ID Title Parent category
71315210 Building services consultancy services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
79419000 Evaluation consultancy services Business and management consultancy services
71311210 Highways consultancy services Civil engineering consultancy services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
01 June 2015
Deadline date:
02 July 2015 00:00
Notice type:
Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
15 October 2015
Notice type:
Contract Award Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSProfessionalServices@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.