Awarded contract

NRW Next Generation Consultancy Services Framework Agreement 2021-2024

  • Natural Resources Wales

F03: Contract award notice

Notice reference: 2021/S 000-006047

Published 25 March 2021, 10:40am



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 Consultancy Services Framework Agreement 2021-2024

Reference number

83943

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

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

The purpose of the requirement is to provide technical and professional civil engineering consultancy services for NRW’s 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 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 Monday 2nd November at 10am. For futher details please email:

procurement.enquiries@naturalresourceswales.gov.uk

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £7,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311100 - Civil engineering support services
  • 71311000 - Civil engineering consultancy services
  • 71310000 - Consultative engineering and construction services
  • 71312000 - Structural engineering consultancy services
  • 71242000 - Project and design preparation, estimation of costs
  • 71320000 - Engineering design services

two.2.3) Place of performance

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

Provision of consultancy services as detailed in the specification of the tender documentation.

two.2.4) Description of the procurement

NRW undertakes a diverse range of civil engineering works across its various functions. Our design and 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).

Scope of Work

You shall have proven ability in the modelling, appraisal and design of water industry civil engineering projects with attendant requirements, such as:

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

- Flood walls constructed of reinforced concrete, steel sheet-piling, and precast and pre-fabricated 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;

- In river flow measurement structures, such as weirs plus attendant gauging huts and other structures;

- In river fish passage structures;

- Features to manage and create a range of habitats;

- Infrastructure such as simple bridges;

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

You shall have personnel at appropriate levels within your organisation who are qualified members of relevant professional organisations.

You will provide the following services under the framework:

- Undertake project feasibility and other studies;

- Mapping and hydraulic modelling:

of varying scales (local, catchment and national) and flood risk sources (coastal, fluvial and surface water);

reservoir flood study;

flood consequences assessment;

software expertise (eg FEH methodologies, 1D, 2D, coupled 1D/2D) and innovation;

hydrological modelling and analysis;

optioneering;

- Geotechnical advice and assessment;

- Prepare business cases in line with current guidance and best-practice;

- Economic assessment (calculation of benefits and cost estimates);

- Design civil engineering, structural engineering, MEICA and associated works for construction;

- Undertake various surveys, investigations and assessments (such as topographic surveys, bathymetric surveys, diving surveys, services surveys, asset inspections and assessments, ecological surveys, arboricultural surveys) to inform project scoping and design and to manage risks;

- Principal Designer and Designer roles under the CDM Regulations (2015);

- Environmental assessment, including legislative compliance (eg Environmental Impact Assessment, Habitats Regulations Assessment, Water Framework Directive) advice, and mitigation and enhancement opportunity identification;

- Ecology advice, including surveys and assessments;

- Landscape advice, including surveys and assessments;

- Archaeological and heritage advice, including surveys and assessments;

- Geomorphology advice, including surveys and assessments;

- Advice on project sustainability and the sustainable management of natural resources;

- Advice on planning, consenting and permissions;

- Consultation and engagement;

- Project management and technical/engineering staff for secondments;

- Environmental clerk of works, landscape clerk of works and archaeological clerk of works during construction.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

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 207-506352


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 March 2021

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 0

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: 9

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

five.2.3) Name and address of the contractor

Ove Arup & Partners

4 Pierhead Street

Cardiff

CF104QP

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Black & Veatch Ltd

60 High Street

Redhill

RH11SH

Country

United Kingdom

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

No

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

Total value of the contract/lot: £7,500,000


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_83943 - NRW Next Generation Consultancy 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.

(WA Ref:109329)

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