Section one: Contracting authority
one.1) Name and addresses
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
Contact
Cathryn Mackinlay
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.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
National or federal Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
South East Wales Ash dieback and other tree safety work Framework Agreement
Reference number
96525
two.1.2) Main CPV code
- 77231000 - Forestry management services
two.1.3) Type of contract
Services
two.1.4) Short description
Ash dieback and other tree safety works in South East Wales
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
South East Wales (West) Area Ash dieback and other tree safety work
Lot No
2
two.2.2) Additional CPV code(s)
- 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
two.2.3) Place of performance
NUTS codes
- UKL2 - East Wales
Main site or place of performance
South East Wales
two.2.4) Description of the procurement
Natural Resources Wales has a large programme of Ash dieback felling works, along routes and areas inspected in accordance with our tree safety policy. This includes: highways, car parks, public rights of way, promoted routes, forest roads, property boundaries and minor permissive routes.
Many of these trees are in hard to access areas such as steep banks, narrow tracks and areas with high ecological sensitivity and constraints.
Large scale commercial felling is not in scope of this framework.
This purchase seeks to appoint fully skilled and multidisciplinary contractors (with use of appointed sub-contractors where necessary and with prior approval by NRW) each capable of using the full range of methods (mechanical and skilled climbers) to safely remove diseased trees. Mechanical means will be the preferred option where access allows and climbing a ‘last resort approach’.
Up to three suppliers per Lot will equally share the whole volume of work under the Lot. There will be no mini-competition under this framework mechanism. The duration of any call-off contracts will be set out in each call-off contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Extension for up to 6 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
South East Wales (East) Area - Ashe dieback and other tree safety services
Lot No
1
two.2.2) Additional CPV code(s)
- 77200000 - Forestry services
two.2.3) Place of performance
NUTS codes
- UKL2 - East Wales
Main site or place of performance
South East Wales
two.2.4) Description of the procurement
Natural Resources Wales has a large programme of Ash dieback felling works, along routes and areas inspected in accordance with our tree safety policy. This includes: highways, car parks, public rights of way, promoted routes, forest roads, property boundaries and minor permissive routes.
Many of these trees are in hard to access areas such as steep banks, narrow tracks and areas with high ecological sensitivity and constraints.
Large scale commercial felling is not in scope of this framework.
This purchase seeks to appoint fully skilled and multidisciplinary contractors (with use of appointed sub-contractors where necessary and with prior approval by NRW) each capable of using the full range of methods (mechanical and skilled climbers) to safely remove diseased trees. Mechanical means will be the preferred option where access allows and climbing a ‘last resort approach’.
Up to three suppliers per Lot will equally share the whole volume of work under the Lot. There will be no mini-competition under this framework mechanism. The duration of any call-off contracts will be set out in each call-off contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Options to extend for up to 6 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 6
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
6 September 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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=123594
(WA Ref:123594)
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