Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Natural Resources Wales
Ty Cambria House, 29 Newport Road
Cardiff
CF24 0TP
UK
Contact person: Cathryn Mackinlay
Telephone: +44 7929853740
E-mail: procurement.enquiries@cyfoethnaturiolcymru.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://naturalresourceswales.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0110
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
River Restoration and Invasive Species Control All Wales Framework
Reference number: itt_102691
II.1.2) Main CPV code
45246200
II.1.3) Type of contract
Works
II.1.4) Short description
River Restoration Services including creation of riverside corridors with stock fencing, in-channel actions including small scale weir/hard
revetment removals, gravel and boulder introduction, brash revetment works. Creation/improvement of floodplain habitats (scrapes/ponds).
INNS (Invasive Non-Native Species) Control including Himalayan Balsam, Japanese Knot Weed, Giant Hog Weed and American Skunk
Cabbage. Manual channel debris clearance
II.1.5) Estimated total value
Value excluding VAT:
17 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The tender is divided into 14 lots comprising 7 geographical areas for river restoration and 7 geographical areas for invasive species control and manual river channel restoration. Tenderers may apply for and be awarded 3 lot areas for each type of work. More lotting information available in the tender documents.
II.2) Description
Lot No: 1
II.2.1) Title
River Restoration
II.2.2) Additional CPV code(s)
45246200
45342000
03450000
77310000
14212100
92534000
92530000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
River catchments across Wales
II.2.4) Description of the procurement
The procurement will be for a River Restoration and INNS Control framework for all of Wales which will support delivery of various large scale projects including 4RiversforLIFE project, NRW’s River Restoration programme and ‘business as usual’ spend including fisheries and flood risk management operations. The projects will use long term nature-based solutions to improve the ecological quality of the Welsh rivers by improving accessibility for migratory fish, improving habitat structure and function, and improving water quality. This will be delivered by working with local
communities, landowners and contractors. The forthcoming works are to be delivered across Wales to improve the conditions of rivers for multiple target species through multiple
actions including:-
-Creation of riverside corridors with stock fencing and tree planting
-Introduction of gravel, boulders, woody debris, soft revetment
-Removal of small weirs or culverts
-Removal of hard bank revetment.
-Creation of log pile otter holts.
Land management improvement through the following interventions
-On-farm improvements to draining and pipework
-Installation of mains and natural water supply troughs
-Yard works including concrete work, hard-coring gateways, roof water guttering, grey water harvesting
This work will be sub-divided into 7 geographical lot areas as follows:
North West Wales
North East Wales
Upper-mid Wales
Lower-mid Wales
South West Wales
South Central Wales
South East Wales
See tender documents for more lotting information and area maps.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
16 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Lot No: 2
II.2.1) Title
Invasive Non-Native Species Control and Manual River Channel Restoration
II.2.2) Additional CPV code(s)
77312000
45111213
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
River catchments across Wales
II.2.4) Description of the procurement
Management of invasive non-native plant species (typically Himalayan Balsam, Japanese Knotweed and Giant Hogweed and American Skunk Cabbage).
Manual river restoration works such as blockage removal and creation of log piles.
Manual river channel maintenance activities to ensure clear passage of flow in the channel including vegetation management using hand tools, manual removal of blockages, rubbish and debris.
Tree surgery-for the purposes of accessing the channel for restoration works.
The work will be sub-divided into 7 geographical areas as follows:
North West Wales
North East Wales
Upper-mid Wales
Lower-mid Wales
South West Wales
South Central Wales
South East Wales
More information on the lotting and the area maps available in the tender documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 30
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
19/06/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
19/06/2023
Local time: 12:00
Place:
Wales
Information about authorised persons and opening procedure:
Senior Procurement Officer, Natural Resources Wales.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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=131427
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 delivery of Community Benefits through procurement activity is a stated aim of the Welsh Government as highlighted in the Wales Procurement Policy Statement 2015. Community Benefits or ‘social requirements’ fall into 6 main categories and are designed to ensure that wider social and economic issues are taken into account when tendering contracts, these are shown below:
Retention and Training for existing workforce
Supply chain initiatives
Promoting environmental benefits
Community Initiatives
Contributions to education
Training and recruitment opportunities for the economically active
A community benefit proposal must be provided in the tender. Please note that as this is non-core it will not be scored as part of your tender submission, but it is required for a complaint bid.
(WA Ref:131427)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
10/05/2023