Awarded contract

NRW Next Generation Construction Services Framework Agreement 2020-2024

  • Natural Resources Wales

F03: Contract award notice

Notice reference: 2021/S 000-003764

Published 25 February 2021, 9:16am



Section one: Contracting authority

one.1) Name and addresses

Natural Resources Wales

Ty Cambria House, 29 Newport Road

Cardiff

CF24 0TP

Email

procurement.enquiries@naturalresourceswales.gov.uk

Telephone

+44 3000653000

Country

United Kingdom

NUTS code

UKL - WALES

Internet address(es)

Main address

http://naturalresourceswales.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110

one.4) Type of the contracting authority

Other type

Welsh Government Sponsored Body

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NRW Next Generation Construction Services Framework Agreement 2020-2024

Reference number

82973

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Natural Resources Wales (NRW) is seeking to award a framework for the supply of construction services.

The purpose of the requirement is to provide technical civil engineering services for NRW’s flood risk, Reservoirs Act compliance, hydrometry/telemetry, estates and other relevant programmes of work.

The location for the delivery of this requirement will be across Wales, subject to the Lot restrictions identified in the tender documentation.

The duration of the framework will be three years with an option for NRW to extend the framework duration by 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 skype on Friday 4th September 2020 10am. For futher details please email:

procurement.enquiries@naturalresourceswales.gov.uk

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £49,000,000

two.2) Description

two.2.1) Title

Lot 1b - South Wales

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 71311100 - Civil engineering support services
  • 44212382 - Floodgates
  • 45246000 - River regulation and flood control works
  • 45246400 - Flood-prevention works
  • 45246410 - Flood-defences maintenance works
  • 45246100 - River-wall construction
  • 45246200 - Riverbank protection works
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45112000 - Excavating and earthmoving work
  • 45112500 - Earthmoving work
  • 45243510 - Embankment works

two.2.3) Place of performance

NUTS codes
  • UKL - WALES
Main site or place of performance

Provision of construction services and works detailed in the tender documentation for South Wales.

two.2.4) Description of the procurement

Projects delivered under the Framework

Natural Resources Wales undertakes a diverse range of civil engineering works. Our construction works include, but are not limited to, the following:

- 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).

The sections below further outline the envisaged service provisions to be delivered in this Lot of the framework, as well as the typical skills/activities required.

Construction Works Requirements

Although the majority of our work is not overly complex civil engineering, your tender shall demonstrate that you have a high degree of skill, knowledge and experience to enable excellent and efficient delivery. You shall have knowledge and ability in the construction of water industry civil engineering, such as:

- Flood embankments constructed of earthworks, rock armouring and geotextile materials.

- Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and prefabricated materials.

- Flood defence and drainage structures that house pumping stations, penstocks, valves and trash screens.

- Water retention structures and reservoirs, requiring compliance with the Reservoirs Act.

- Natural flood management measures.

- In river flow measurement structures, such as weirs.

- In river fish passage structures.

- The construction of features to manage and create a range of habitats;

- Infrastructure such as simple bridges.

- Site clearance and demolition.

- Reinstatement and landscaping, and associated maintenance.

- Temporary works considerations, including significant water management of river flows and tides.

- Co-ordination, communication and consultation with external parties and landowners, including obtaining and complying with consents and permissions.

Suppliers shall have personnel at appropriate levels within their organisation who are qualified members of relevant professional organisations, such as the Institution of Civil Engineers (ICE), the Chartered Institution of Water and Environmental Management (CIWEM) or the Royal Institution of Chartered Surveyors (RICS), in addition to technical and support staff.

The following services will be provided under the Framework Lot:

- Construction of civil engineering and associated works.

- Early contractor advice, during feasibility, appraisal and design.

- Principal Contractor role under the CDM Regulations (2015).

- Undertake various surveys, investigations and assessments to inform project scoping and design and to manage risks.

- Emergency works, to repair threatened, failing or failed assets.

Works Information and Scope for call-off contracts under this framework will be agreed on the basis of project-specific requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 1a - North Wales

Lot No

1

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 71311100 - Civil engineering support services
  • 45246410 - Flood-defences maintenance works
  • 45246400 - Flood-prevention works
  • 45246000 - River regulation and flood control works
  • 44212382 - Floodgates
  • 45246200 - Riverbank protection works
  • 45246100 - River-wall construction
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45112000 - Excavating and earthmoving work
  • 45112500 - Earthmoving work
  • 45243510 - Embankment works
  • 45111000 - Demolition, site preparation and clearance work
  • 45111200 - Site preparation and clearance work
  • 45111213 - Site-clearance work

two.2.3) Place of performance

NUTS codes
  • UKL - WALES
Main site or place of performance

Provision of construction services and works detailed in the specification of the tender documentation for North Wales.

two.2.4) Description of the procurement

Projects delivered under the Framework

Natural Resources Wales undertakes a diverse range of civil engineering works. Our construction works include, but are not limited to, the following:

- 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).

The sections below further outline the envisaged service provisions to be delivered in this Lot of the framework, as well as the typical skills/activities required.

Construction Works Requirements

Although the majority of our work is not overly complex civil engineering, your tender shall demonstrate that you have a high degree of skill, knowledge and experience to enable excellent and efficient delivery. You shall have knowledge and ability in the construction of water industry civil engineering, such as:

- Flood embankments constructed of earthworks, rock armouring and geotextile materials.

- Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and prefabricated materials.

- Flood defence and drainage structures that house pumping stations, penstocks, valves and trash screens.

- Water retention structures and reservoirs, requiring compliance with the Reservoirs Act.

- Natural flood management measures.

- In river flow measurement structures, such as weirs.

- In river fish passage structures.

- The construction of features to manage and create a range of habitats;

- Infrastructure such as simple bridges.

- Site clearance and demolition.

- Reinstatement and landscaping, and associated maintenance.

- Temporary works considerations, including significant water management of river flows and tides.

- Co-ordination, communication and consultation with external parties and landowners, including obtaining and complying with consents and permissions.

Suppliers shall have personnel at appropriate levels within their organisation who are qualified members of relevant professional organisations, such as the Institution of Civil Engineers (ICE), the Chartered Institution of Water and Environmental Management (CIWEM) or the Royal Institution of Chartered Surveyors (RICS), in addition to technical and support staff.

The following services will be provided under the Framework Lot:

- Construction of civil engineering and associated works.

- Early contractor advice, during feasibility, appraisal and design.

- Principal Contractor role under the CDM Regulations (2015).

- Undertake various surveys, investigations and assessments to inform project scoping and design and to manage risks.

- Emergency works, to repair threatened, failing or failed assets.

Works Information and Scope for call-off contracts under this framework will be agreed on the basis of project-specific requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 168-408175


Section five. Award of contract

Lot No

1

Title

Lot 1a - North Wales

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 February 2021

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 13

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Jones Bros Ruthin (Civil Engineering) Co Ltd

Ty Glyn, Canol Y Dre

Ruthin

LL151QW

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

WILLIAM HUGHES (CIVIL ENGINEERING) LTD

WILLIAM HUGHES (CIVIL ENGINEERING) LTD, Bodffordd

LLANGEFNI

LL777DZ

Country

United Kingdom

NUTS code
  • UKL11 - Isle of Anglesey
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £24,500,000

Total value of the contract/lot: £24,500,000


Section five. Award of contract

Lot No

2

Title

Lot 1b - South Wales

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 February 2021

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 16

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Walters UK Limited

Hirwaun House, Hirwaun Industrial Estate Hirwaun

Aberdare

CF449UL

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ALUN GRIFFITHS (CONTRACTORS) LTD

ALUN GRIFFITHS (CONTRACTORS) LTD, Waterways House Llanfoist

ABERGAVENNY

NP79PE

Country

United Kingdom

NUTS code
  • UKL21 - Monmouthshire and Newport
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £24,500,000

Total value of the contract/lot: £24,500,000


Section six. Complementary information

six.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_82973 - NRW Next Generation Construction Services Framework Agreement 2020-2024 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.

(WA Ref:107994)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom