Tender

Minor Works & River Asset Maintenance Framework

  • Natural Resources Wales
  • The Coal Authority

F02: Contract notice

Notice identifier: 2023/S 000-004818

Procurement identifier (OCID): ocds-h6vhtk-03a64e

Published 16 February 2023, 4:42pm



Section one: Contracting authority

one.1) Name and addresses

Natural Resources Wales

Ty Cambria House, 29 Newport Road

Cardiff

CF24 0TP

Email

procurement.enquiries@cyfoethnaturiolcymru.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.1) Name and addresses

The Coal Authority

200 Lichfield Lane

Mansfield

NG18 4RG

Email

customerservice@coal.gov.uk

Telephone

+44 1623637209

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/the-coal-authority

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA20278

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

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

Minor Works & River Asset Maintenance Framework

Reference number

NRW51871

two.1.2) Main CPV code

  • 45246410 - Flood-defences maintenance works

two.1.3) Type of contract

Works

two.1.4) Short description

NRW is seeking to award a Framework to suitable SME contractors for minor Works and River Channel maintenance. The framework will be split into 2 lots as shown below:

Lot 1 – Minor Works

A civil engineering Lot for new minor works and the maintenance, repair and improvement to existing structures, typically in water environments, but not exclusively.

Lot 2 – River Asset Maintenance

Works will include in-channel vegetation clearance and recurring maintenance works that relate to flood risk and in-river obstruction management.

Maintenance of these riparian assets is essential to ensure NRW fulfils its statutory objectives to protect the public and enhance the natural environment, whilst complying with health, safety and environmental legislation and best practice.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Minor Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 45246400 - Flood-prevention works
  • 45246000 - River regulation and flood control works
  • 45200000 - Works for complete or part construction and civil engineering work
  • 71311100 - Civil engineering support services

two.2.3) Place of performance

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

North and South Wales

two.2.4) Description of the procurement

Work will consist of typically small scale and non-complex civil engineering works to construct new and maintain, repair and improve existing assets, such as flood risk management structures, small reservoirs and weirs, as well as habitat and environmental management.

This Lot will be split into 2 geographical areas, 1a - North Wales and 1b - South Wales.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

River Asset Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 45246000 - River regulation and flood control works
  • 45246400 - Flood-prevention works

two.2.3) Place of performance

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

North, Mid and South Wales

two.2.4) Description of the procurement

Works will consist of in-channel vegetation clearance and recurring maintenance works that relate to flood risk and in-river obstruction management. The work will also facilitate with the annual maintenance of assets designed to reduce flood risk in fluvial or inter-tidal environments including the Internal Drainage Districts.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 21

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.2.2) Time limit for receipt of tenders or requests to participate

Date

22 March 2023

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

22 March 2023

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

INSTRUCTIONS FOR SUBMITTING AN EXPRESSION OF INTEREST/COMPLETING THE ITT.

INSTRUCTIONS FOR SUBMITTING AN EXPRESSION OF INTEREST/COMPLETING THE Invitation To Tender (ITT).

1. Tenderers should register on the eTendering portal https://etenderwales.bravosolution.co.uk

2. Once registered, suppliers must express their interest as follows:

a. Login to the etendering portal.

b. On the Dashboard go to area for PQQs/ITTs open to all suppliers.

c. Click on the number next to ITT

d. Click on the down arrow next to filter box and select ITT Descriptions

e. In operator box select “contains” and in the value box type title of contract or reference number and click on search

f. Click on 'Express Interest' button in the 'Actions' box on the left-hand side of the page.

3. Once you have expressed your interest, the ITT will move to 'My ITTs', where you can download and where you can construct your reply as instructed.

4. For any support in submitting your expression of interest, please contact the eTendering helpdesk on 08003684852 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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=128059

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:

The successful supplier(s) will be expected to present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning a place on the framework, they will address Community Benefits.

A non-core approach would be applied, but a CB proposal must be submitted along with the tender in order for it to be a compliant bid.

(WA Ref:128059)

The buyer considers that this contract is suitable for consortia.

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