Natural Resources Wales Civil Engineering Framework
Phase 1 focuses on flood risk management civil engineering which includes Lot 1 — Complex Civil Engineering Services and Lot 2 — Standard Civil Engineering Services.
United Kingdom-Cardiff: Works for complete or part construction and civil engineering work
2015/S 233-422781
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Contact point(s): Procurement
For the attention of: Vernon Lambert
CF24 0TP Cardiff
UNITED KINGDOM
Telephone: +44 3000654353
E-mail: procurement.ns@naturalresourceswales.gov.uk
Internet address(es):
General address of the contracting authority: http://naturalresourceswales.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110
Electronic access to information: http://www.etenderwales.bravosolution.co.uk/
Electronic submission of tenders and requests to participate: http://www.etenderwales.bravosolution.co.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: 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.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Throughout Wales.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 24
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
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 e-Tendering 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 e-Tendering helpdesk on +44 8003684852 or athelp@bravosolution.co.uk
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales athttp://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)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 35 000 000 and 70 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Complex Civil Engineering
1)Short description
2)Common procurement vocabulary (CPV)
45243000, 45246400, 45246410, 45243510, 45246100, 45246200
3)Quantity or scope
Estimated value excluding VAT:
Range: between 25 000 000 and 40 000 000 GBP
Lot No: 2 Lot title: Standard Civil Engineering
1)Short description
2)Common procurement vocabulary (CPV)
45112000, 45112340, 90522100, 45246100, 45247220, 45247270, 45246410, 45246400
3)Quantity or scope
Estimated value excluding VAT:
Range: between 10 000 000 and 25 000 000 GBP
Section III: Legal, economic, financial and technical information
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 189-342010 of 30.9.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
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.5)Date of dispatch of this notice: