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

NRW Civil Engineering Framework Agreement - (CEFA) Phase 1

  • First published: 30 November 2015
  • Last modified: 30 November 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-029289
Published by:
Natural Resources Wales
Authority ID:
AA0110
Publication date:
30 November 2015
Deadline date:
22 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 45200000, 45243000, 45243200, 45243300, 45243400, 45243500, 45243510, 45246000, 45246100, 45246200, 45246400, 45246410, 45247000, 45247100, 45247200, 45247220, 45111000, 45111200, 45112500.

Full notice text

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/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
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 authority

NRW Civil Engineering Framework Agreement - (CEFA) Phase 1

II.1.2(a))

Type of works contract

Unchecked box Unchecked box
Checked box

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

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

24

Duration of the framework agreement

4

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
45243000
45243200
45243300
45243400
45243500
45243510
45246000
45246100
45246200
45246400
45246410
45247000
45247100
45247200
45247220
45111000
45111200
45112500

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

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 completion

48

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

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

NRW00005

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
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

Checked box    

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
45246400
45246410
45243510
45246100
45246200

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
45112340
90522100
45246100
45247220
45247270
45246410
45246400

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


Coding

Commodity categories

ID Title Parent category
45243400 Beach-consolidation works Coastal-defence works
45243200 Breakwater construction work Coastal-defence works
45243000 Coastal-defence works Construction work for water projects
45247200 Construction work for dams and similar fixed structures Construction work for dams, canals, irrigation channels and aqueducts
45247000 Construction work for dams, canals, irrigation channels and aqueducts Construction work for water projects
45247100 Construction work for waterways Construction work for dams, canals, irrigation channels and aqueducts
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45112500 Earthmoving work Excavating and earthmoving work
45243510 Embankment works Coastal-defence works
45246410 Flood-defences maintenance works River regulation and flood control works
45246400 Flood-prevention works River regulation and flood control works
45246000 River regulation and flood control works Construction work for water projects
45246200 Riverbank protection works River regulation and flood control works
45246100 River-wall construction River regulation and flood control works
45243500 Sea defences construction work Coastal-defence works
45243300 Sea wall construction work Coastal-defence works
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45247220 Weir construction work Construction work for dams, canals, irrigation channels and aqueducts
45200000 Works for complete or part construction and civil engineering work Construction work

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:
30 November 2015
Deadline date:
22 January 2016 00:00
Notice type:
Contract Notice
Authority name:
Natural Resources Wales
Publication date:
09 June 2016
Notice type:
Contract Award Notice
Authority name:
Natural Resources Wales

About the buyer

Main contact:
procurement.ns@naturalresourceswales.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.