CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Natural Resources Wales |
Ty Cambria House, 29 Newport Road |
Cardiff |
CF24 0TP |
UK |
Procurement
Vernon Lambert |
+44 3000654353 |
procurement.ns@naturalresourceswales.gov.uk |
|
http://naturalresourceswales.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110
http://www.etenderwales.bravosolution.co.uk/
http://www.etenderwales.bravosolution.co.uk/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes Vale of Glamorgan Council
Powys County Council
Dyfed-Powys Police
Newport City Council
Neath-Port Talbott County Council
Pembrokeshire County Council
Ceredigion County Council
Isle of Anglesey County Council
Flintshire County Council
Gwynedd County Council
Denbigshire County Council
Rhondda Cynon Taf County Borough Council
Cardiff County Council
Conwy County Borough Council
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityNRW Civil Engineering Framework Agreement - (CEFA) Phase 1 |
II.1.2(a))
|
Type of works contract
|
|
|
|
|
|
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Throughout Wales
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged24 |
|
Duration of the framework agreement4 |
|
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)
This framework agreement will be let in two phases:-
Phase 1 focuses on flood risk management civil engineering which includes Lot 1 – Complex Civil Engineering Services and Lot 2 - Standard Civil Engineering Services.
Phase 2 focuses on civil engineering for our forest estate and natural woodlands; the lots included are Lot 3 – Primary Infrastructure and Associated Services and Lot 4 – Secondary Infrastructure and Associated Services.
This tender process is for Phase 1 only. Phase 2 tender documentation will be issued separately in the coming months.
The framework as a whole is covered as follows:-
Natural Resources Wales require work to be carried out in or near rivers, along our coastline and construction of access tracks / roads within our managed forests; the complexities of such work require a high level of understanding, experience and commitment from the suppliers involved. The framework will cover specifically:-
Flood risk management construction, wave and scour protection, impounding, conveyance structures, managed realignment and land remediation.
Works associated with water resources, fisheries, ecology, river restoration, habitat creation and recreation.
Construction of new roads, upgrades and maintenance of forest roads, bridges, tracks, paths, harvesting facilities.
The framework will cover three critical business activities covered by the specific lots below. These have been broken down further into geographical zones (sub-lots), based on market research and business intelligence.
Lot 1 - Complex Civil Engineering
Number of zones = 2 (North and South)
Lot 2 – Standard Civil Engineering
Number of zones = 4 (North East, North West, South East & South West)
Lot 3 – Primary Infrastructure and Associated Services
Number of zones = 1 (All Wales)
Lot 4 – Secondary Infrastructure and Associated Services
Number of zones = 4 (North, Mid, South East & South West)
INSTRUCTIONS FOR SUBMITTING AN EXPRESSION OF INTEREST / COMPLETING THE ITT
i) Suppliers should register on the eTendering portal https://etenderwales.bravosolution.co.uk
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_51756 - NRW CIVIL ENGINEERING FRAMEWORK AGREEMENT - PHASE 1 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, please contact the eTendering helpdesk on 0800 3684852 or at 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 http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=29289
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45200000 |
|
|
|
|
|
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
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
3500000070000000 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
|
II.3)
|
Duration of the contract or limit for completion48 |
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
|
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
consortium to be jointly and severally liable.
|
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
|
III.2.3)
|
Technical capacity
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
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
NRW00005
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2015/S 189-342010 28-09-2015
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 08-01-2016
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 22-01-2016
13:00 |
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 29-04-2016 |
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
(WA Ref:29289)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
Local initiatives for communities and stakeholders
Apprenticeships or work experience programmes
Employing the long term unemployed
Sustainability enhancements
Fair payment terms
Project Bank Accounting
|
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 30-11-2015 |
|
ANNEX B
Information About Lots
|
1
Complex Civil Engineering |
1)
|
Short Description
Complex Civil Engineering comprises work of a technically complex, high value or high risk nature or a combination thereof. Complex Civil Engineering works include the construction, modification or maintenance of flood risk assets, gauging weirs, hydrometery stations, fish passes and other assets that are likely to require understanding and management of all or some of the following aspects: significant temporary works considerations; complicated ground conditions; significant water management; elevated safety or environmental risks; coordination with external parties, and consents and permissions from others; seasonal or environmental restrictions; and work of a specialist nature.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45243000 |
|
|
|
|
|
3)
|
Quantity or scope
The scope predominantly covers high value or high risk civil engineering with a number of contracts being placed over the four year period.
2500000040000000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
Standard Civil Engineering |
1)
|
Short Description
Standard Civil Engineering comprises work of a straightforward nature, lower value or risk, although will still require a high degree of skill, knowledge and experience for its delivery. Standard Civil Engineering works include the construction, modification or maintenance of flood risk assets, gauging weirs, hydrometery stations, fish passes, and other assets that are likely to require understanding and management of all or some of the following aspects: traditional temporary works considerations; uniform ground conditions; less-significant or no water management; readily identifiable safety or environmental risks; straightforward coordination with external parties, and consents and permissions from others; seasonal or environmental restrictions; and work of a routine or repetitive nature.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45112000 |
|
|
|
|
|
3)
|
Quantity or scope
The scope predominantly covers lower value or risk with a number of contracts being placed over the four year period.
1000000025000000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|