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

South Wales Trunk Road Agent (SWTRA) Consultancy Services Framework 2016.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Neath Port Talbot County Borough Council
The Quays, Baglan Energy Park, Brunel Way
Contact point(s): Corporate Procurement Unit
For the attention of: Paul Duffin
SA11 2GG Neath
UNITED KINGDOM
Telephone: +44 1639763927
E-mail:

Internet address(es):

General address of the contracting authority: http://www.npt.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274

Electronic access to information: www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
South Wales Trunk Road Agent (SWTRA) Consultancy Services Framework 2016.
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: The South Wales Trunk Road Agent area and within the County Borough of Neath Port-Talbot.

NUTS code UKL17

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 8 000 000 and 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The South Wales Trunk Road Agent is responsible for the motorway and trunk roads from the Severn Bridge in the East to Milford Haven in the West and extends northwards through Fishguard as far as the Ceredigion County Boundary, Carmarthen, Llandeilo, Llandovery, Merthyr Tydfil, Abergavenny and Monmouth.
Neath Port Talbot Council/SWTRA are proposing to undertake the procurement of a framework to appoint civil engineering consultants to carry out a range of highway related consultancy services in connection with the management and maintenance of the South Wales Trunk Road Agent area.
This comprises three individual areas namely the Eastern, Central and Western areas for which the proposed framework will be split into three lots, one lot for each of the aforesaid areas.
Three suppliers will be appointed to the SWTRA Consultancy Framework based the three geographic regional areas mentioned above.
A Supplier will hold a ‘Primary’ status in one area only and a first and second ‘reserve’ status in the two remaining areas respectively.
The initial Framework term is 2 years with an option in favour of Neath Port Talbot County Borough Council/SWTRA to extend thereafter annually by 1 year up to a maximum of 2 years.
The anticipated Framework commencement date is June 2016.

Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=41097

II.1.6)Common procurement vocabulary (CPV)

71322000, 71320000, 71322500, 79415200, 71300000, 71322300, 71311000, 71312000, 71313000, 71313400, 71311200, 72220000, 71316000, 71242000

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 all 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 initial Framework term is 2 years with an option in favour of Neath Port Talbot County Borough Council/SWTRA to extend thereafter annually by 1 year up to a maximum of 2 years.
Estimated value excluding VAT:
Range: between 8 000 000 and 20 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1: Eastern Area
1)Short description
The provision of a range of highway related Consultancy Services in connection with the management and maintenance of the South Wales Trunk Road Agent Eastern area.
The Eastern area of the South Wales Trunk Road Agent from M4 J34 (including J34) to Second Severn Crossing including M48, A48 (M), A4232, A449, A4042, A466 and in part the A40, A465.
2)Common procurement vocabulary (CPV)

71322000, 71320000, 71322500, 79415200, 71242000, 71300000, 71322300, 71311000, 71312000, 71313000, 71313400, 71311200, 71316000, 72220000

3)Quantity or scope
The initial Framework term is 2 years with an option in favour of Neath Port Talbot County Borough Council/SWTRA to extend thereafter annually by 1 year up to a maximum of 2 years.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2: Central Area
1)Short description
The provision of a range of highway related Consultancy Services in connection with the management and maintenance of the South Wales Trunk Road Agent Central area.
The Central area of the South Wales Trunk Road Agent from M4 J34 (excluding J34) to M4 J49, A4060, A470 (from M4 J32 to junction with A465), A465 (from M4 J43 to junction with A4060).
2)Common procurement vocabulary (CPV)

71322000, 71320000, 71322500, 79415200, 71242000, 71300000, 71322300, 71311000, 71312000, 71313000, 71313400, 71311200, 71316000, 72220000

3)Quantity or scope
The initial Framework term is 2 years with an option in favour of Neath Port Talbot County Borough Council/SWTRA to extend thereafter annually by 1 year up to a maximum of 2 years.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lot 2: Western Area
1)Short description
The provision of a range of highway related Consultancy Services in connection with the management and maintenance of the South Wales Trunk Road Agent Western area.
The Western area of the South Wales Trunk Road Agent from M4 J49 (including J49) west covering Carmarthenshire and Pembrokeshire including the A483, A48, A40, A4076, A487, A477.
2)Common procurement vocabulary (CPV)

71322000, 71320000, 71322500, 79415200, 71242000, 71300000, 71322300, 71311000, 71312000, 71313000, 71313400, 71311200, 71316000, 72220000

3)Quantity or scope
The initial Framework term is 2 years with an option in favour of Neath Port Talbot County Borough Council/SWTRA to extend thereafter annually by 1 year up to a maximum of 2 years.
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:
As provided for in the Tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As provided for in the Tender documentation.
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: As provided for in the Tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As provided for in the Tender documentation.
Minimum level(s) of standards possibly required: As provided for in the Tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As provided for in the Tender documentation.
Minimum level(s) of standards possibly required:
As provided for in the Tender documentation.
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:
NPT-1299
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 243-441641 of 16.12.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
31.3.2016 - 14:30
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
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
Suppliers' Instructions ‘How to Express Interest in this PQQ/ITT’:
1. Register your company on the eTenderwales portal (this is required only once. However if your details have changed since you registered you will need to up-date them).

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the ‘Suppliers register here’ link.
- Enter your correct business and user details.
- Note the username you choose and click ‘Save’ when complete.
- You will shortly receive an email with your unique password (please keep this secure).
- Agree to the terms and conditions and click ‘continue’.
2. Express an interest in the PQQ/ITT.
- Login to the portal with the username / password.
- Click the ‘PQQ/ITT Open to all Suppliers’ link.
- Alternatively, search for the relevant PQQ/ITT.
- Click on the relevant PQQ/ITT to access the content.
- Click the ‘Express Interest’ button in the ‘Actions’ box on the left-hand side of the page.
- This will move the PQQ/ITT into your ‘My PQQ/ITT pages’. (This is a secure area reserved for your projects only.)
- Click on the PQQ/ITT code, you can now access any attachments by clicking the ‘Settings and Buyer Attachments’ in the ‘Actions’ box.
3. Responding to the PQQ/ITT.
- You can now choose to ‘Reply’ or ‘Reject’ (please give a reason if rejecting).
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
- Note the deadline for completion, and then follow the on-screen instructions to complete the PQQ/ITT.
- There may be a combination of online & offline actions for you to perform (there is detailed online help available Monday - Friday (8 am - 6 pm) on:

- email:

- phone: 0800 368 485
Note: If you are a Wales based Small and Medium Sized Enterprise and require independent support or advice in the tendering process, please contact Business Wales Tender Support on 03000 603000.
(WA Ref:41097)
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 Tenderer is to provide their method statement confirming their proposed approach to participating in the potential for community benefits as set out in the Welsh Government Policy when undertaking the provision of consultancy services.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
23.2.2016