Supply of Construction Management and Supervision Services to Natural Resources Wales
Supervision services for NRW’s contracted flood risk, Reservoirs Act, Hydrometry/Telemetry, Estates and other relevant programmes of work.
United Kingdom-Cardiff: Construction supervision services
2020/S 249-622749
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Ty Cambria House, 29 Newport Road
Town: Cardiff
NUTS code: UKL WALES
Postal code: CF24 0TP
Country: United Kingdom
E-mail: procurement.enquiries@naturalresourceswales.gov.uk
Telephone: +44 3000653000
Internet address(es):
Main address: http://naturalresourceswales.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NRW Next Generation Supervision Services Framework Agreement 2021-2024
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Natural Resources Wales (NRW) is seeking to award a framework for the supply of construction management and supervision services.
The purpose of the requirement is to provide expert construction management, contract management and supervision services for NRW’s contracted flood risk, Reservoirs Act, Hydrometry/Telemetry, Estates and other relevant programmes of work.
The location for the delivery of this requirement will be across Wales.
The duration of the framework will be 3 years.There will be an option to extend the framework by up to a further one year. The decision on whether to use the extension option available will be at NRW’s discretion.
A briefing session will be held by Teams on Friday 8 January 2021 at 10 a.m. For further details and to book your place please email:
procurement.enquiries@naturalresourceswales.gov.uk
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Provision of construction management and supervision services as detailed in the specification of the tender documentation.
II.2.4)Description of the procurement:
NRW undertakes a diverse range of civil engineering works across its various functions.
— flood risk management capital schemes and capital maintenance/repair of flood defence structures on main rivers and coastal areas,
— Reservoirs Act (1975) compliance projects,
— hydrometric and telemetry assets construction and capital maintenance/repair,
— habitat management and creation and environmental land and water remediation,
— fish passage improvements,
— major estates infrastructure (e.g. bridges).
You will provide the following services under the framework:
— construction contract management (eg act as NEC3 ECC Project Manager),
— construction supervision (eg NEC3 ECC Site Supervisor),
— construction environmental clerk of works (ECoW),
— construction landscape clerk of works (LCoW) (note the LCoW must be a Chartered Member of the Landscape Institute (CMLI)),
— investigation and survey contract management and supervision,
— project management staff for secondments,
— health and safety advice,
— pre- and post-contract advice,
— collation, analysis and presentation of contractor Delivery Data.
Please note that NRW employs its own Quantity Surveyors who shall support the ECC Project Manager on cost and commercial aspects of ECC administration, such as assessing Defined Cost when assessing amounts due and compensation events quotations.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
1 year extension option.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See tender documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
End of this framework in either 3 or 4 years depending on whether the extension option is activated.
VI.2)Information about electronic workflows
VI.3)Additional information:
Instructions for submitting an Expression of Interest/Completing the ITT.
(i) suppliers should register on the eTendering portal https://etenderwales.bravosolution.co.uk/web/login.shtml
(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_85177 – NRW Next Generation Supervision Services Framework Agreement 2021-2024 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, BravoSolution can be contacted on 0800 069 8634 or by email to 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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=106738
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:
Community Benefits in a procurement context are about ensuring that wider social and economic issues are taken into account when
Procuring services,to maximise the investment as widely as possible. NRW is committed to delivering community benefits where
Appropriate and will set out desired community benefits on individual call-off contracts. We expect the support of suppliers throughout the framework in delivering Community Benefits alongside NRW.
(WA Ref:106738)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5)Date of dispatch of this notice: