Opportunity

Forest Roads Construction Framework

  • Natural Resources Wales

F02: Contract notice

Notice reference: 2022/S 000-016882

Published 21 June 2022, 9:26am



Section one: Contracting authority

one.1) Name and addresses

Natural Resources Wales

Ty Cambria House, 29 Newport Road

Cardiff

CF24 0TP

Email

christian.clee@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.3) Communication

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

https://etenderwales.bravosolution.co.uk/

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/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Forest Roads Construction Framework

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 is required to employ appropriate contractors to construct, maintain, repair, service or upgrade physical structures and / or associated land within the Welsh Government Woodland Estate that is managed by Natural Resources Wales.

Works under the Forest Roads Construction Framework may be inclusive of but not limited to the construction and maintenance of:

a. Forestry roads;

b. Forestry tracks and ramps (Stoned and unstoned)

c. Earthworks and associated features

d. Turnarounds, lay bys, passing bays etc,

e. Timber stacking bays and skyline bays

f. Culverts and other drainage control structures such as SuDs;

g. Armoured crossing points

h. Bridges including temporary bridges;

i. Paths and recreational facilities

j. Quarrying Activities

l. General Infrastructure

two.1.5) Estimated total value

Value excluding VAT: £36,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Primary Infrastructure and Associated Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45233100 - Construction work for highways, roads
  • 45233000 - Construction, foundation and surface works for highways, roads

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Lot 1 Primary Infrastructure and Associated Services (2 Zones, North and South with 3 suppliers in each zone).

This lot is aimed at the larger construction projects that Forestry engineering carries out, such as the construction of new roads. The work let on this Lot includes construction of primary estate infrastructure including roads, bridges, associated earthworks and drainage, other similar structures, and quarrying activities associated with these construction projects.

The following types of services to be supplied on this Lot are indicated below:

- Construction of unmetalled new forest roads and tracks,

- major road upgrades,

- installation of culverts,

- extraction of aggregates on NRW quarry sites,

- supply and or haulage of aggregates,

- excavation and removal/disposal of deteriorated or unsuitable materials,

- bridge repairs and maintenance.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

A 12 months extension is available on this framework, which will take the total possible contract term to 48 months.

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

Secondary Infrastructure and Associated Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Lot 2 – Secondary Infrastructure and Associated Services (4 zones: North, Mid, South East, and South West, with 4 suppliers in each zone).

This Lot includes construction of secondary forest infrastructure including tracks, paths, and recreational facilities; drainage; harvesting facilities such as ramps, water control measures, stacking bays; and quarrying activities.

The following types of services to be supplied on this Lot are indicated below:

- Construction of harvesting infrastructure such as tracks, ramps and stacking bays,

- minor road upgrades,

- forest road maintenance and repairs including grading and rolling,

- installation of culverts including repairs and maintenance,

- forest road maintenance and repairs including grading and rolling,

- roadside ditch maintenance/cleaning,

- extraction of aggregates on NRW quarry sites,

- supply and or haulage of aggregates,

- resurfacing of bound roads/trails/carparks,

- bridge repairs and maintenance,

- excavation and removal/disposal of deteriorated or unsuitable materials.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40`

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

A 12 months extension is available which will take the total term of this contract to 48 months.

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: 22

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

1 August 2022

Local time

12:00pm

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

1 August 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Invitation to Tender documentation can be accessed on Bravo etenderwales using reference: itt_82155

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=122291

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:

as outlined in the tender documentation.

(WA Ref:122291)

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