By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Support Services Related to Working with Overhead Power Lines.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Natural Resources Wales
Welsh Government Building, Rhodfa Padarn
Contact point(s): Procurement
For the attention of: Alison Subacchi
SY23 3UR Aberystwyth
UNITED KINGDOM
Telephone: +44 3000680334
E-mail:

Internet address(es):

General address of the contracting authority: www.naturalresourceswales.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0110

Further information can be obtained from: Natural Resources Wales
Welsh Government Building, Rhodfa Padarn
Contact point(s): Procurement
For the attention of: Melanie Rodda
SY23 3UR Aberystwyth
UNITED KINGDOM
Telephone: +44 3000680334
E-mail:
Internet address: www.naturalresourceswales.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Natural Resources Wales
Welsh Government Building, Rhodfa Padarn
Contact point(s): Procurement
For the attention of: Melanie Rodda
SY23 3UR Aberystwyth
UNITED KINGDOM
Telephone: +44 3000680334
E-mail:
Internet address: www.naturalresourceswales.gov.uk

Tenders or requests to participate must be sent to: Natural Resources Wales
Welsh Government Building, Rhodfa Padarn
Contact point(s): Procurement
For the attention of: Melanie Rodda
SY23 3UR Aberystwyth
UNITED KINGDOM
Telephone: +44 3000680334
E-mail:
Internet address: www.naturalresourceswales.gov.uk

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Environment
Recreation, culture and religion
Other: Forestry
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Support Services Related to Working with Overhead Power Lines.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Wales.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
We will be awarding a contract or contracts for the supply of services to facilitate safe working practices where forest operations are conducted within the proximity of overhead power lines on Natural Resources Wales' estate. These services comprise constructing, installing and removing temporary goalposts, boundary marking exclusion zones where felling may only be conducted where outages are in place, erecting warning signs and undertaking maintenance of these services.
Contract areas will be split into 2 lots, covering North and South Wales:
Lot 1 - Zone 1: Coed y Mynydd and Coed y Gororau Forest Districts (North Wales).
Lot 2 - Zone 2: Llanymddyfri Forest District and Coed y Cymoedd Forest District (South Wales).
You may bid for one or more lots but you must demonstrate that you have the capacity to deliver the requirements of the contract for all the lots that you bid for.
Our intention is to award the contract(s) for a period of 3 years. The anticipated start date is February 2014

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=2227

II.1.6)Common procurement vocabulary (CPV)

77230000, 45232200, 77200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The total value of the contract(s) over the entire period will be in the region of GBP 300 000 to GBP 400 000 but may be more or less depending on work programmes.
Estimated value excluding VAT:
Range: between 300 000 and 400 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Our intention is to award the contract(s) for a period of 3 years.
Break points are available within the contract(s) at annual intervals at which time we will decide on whether the contract(s) will continue.
The decision on whether to use the break points or any or all of the extension options available will be at our discretion and we will base it on the following factors:
Performance; budget.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.2.2014. Completion 31.1.2017

Information about lots

Lot No: 1 Lot title: Zone 1 - North Wales
1)Short description
All works required within Coed y Mynydd and Coed y Gororau Forest District areas.
2)Common procurement vocabulary (CPV)

77230000, 45232200, 77200000

3)Quantity or scope
Coed y Mynydd and Coed y Gororau Forest District areas.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Zone 2 - South Wales
1)Short description
All works required within Llanymddyfri and Coed y Cymoedd Forest District areas.
2)Common procurement vocabulary (CPV)

77230000, 45232200, 77200000

3)Quantity or scope
Llanymddyfri and Coed y Cymoedd Forest District areas.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
see tender document
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
see tender document
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: see tender document
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
the bidder is established.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
see tender documents
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DA05076(T)
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 1.11.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
8.11.2013 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Bidders will be expected to have the following qualifications/ certifications:
First Aid;
Certificate of competence in Chainsaw operations;
NPTC Arboricultural Works within Proximity Zone of Overhead Lines up to and including 400kV Unit 1 Electrical Hazard Awareness (or equivalent).
(WA Ref:2227)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Natural Resources Wales
FAO: Mr Kevin Ingram, Ty Cambria, 29 Newport Road
CF24 0TP Cardiff
UNITED KINGDOM
E-mail:
Telephone: +44 3000653001
Internet address: www.naturalresourceswales.co.uk

Body responsible for mediation procedures

Chartered Institute of Arbitrators
12 Bloomsbury Square
WCA1A 2LP London
UNITED KINGDOM

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.9.2013