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) Highways and Structures Framework 2016.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Neath Port Talbot County Borough Council
The Civic Centre
Contact point(s): Corporate Procurement
For the attention of: Miss Diane Spencer
SA13 IPJ Port Talbot
UNITED KINGDOM
Telephone: +44 1639763929
E-mail:

Internet address(es):

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

Address of the buyer profile: http://www.sell2wales.gov.uk/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: yes

Carmarthenshire County Council

Monmouthshire County Council

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) Highways and Structures Framework 2016.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: South Wales Trunk Road Agent Area.

NUTS code UK

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
maximum number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT:
Range: between 48 000 000 and 94 000 000 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. This framework is for maintenance and improvement works to highways and structures and all related assets including the soft estate and trunk road and motorway depots for three individual areas of the South Wales Trunk Road Agent area, namely, the eastern, central and western areas.
Therefore the proposed framework will be split into 3 lots, 1 lot for each of the aforesaid areas. 1 contractor will be appointed to each lot. A contractor will not be awarded more than 1 lot.
The set term for the Framework will be two years, with an option in favour of the Council to extend thereafter annually by 1 year up to a maximum of 2 years.

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=23330

II.1.6)Common procurement vocabulary (CPV)

45000000, 45220000, 45221100, 45221241, 45233000, 45233110, 45233124, 45233200, 45233251, 45233162, 45233221, 77300000, 31000000, 32000000, 51000000

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:
Estimated value excluding VAT:
Range: between 48 000 000 and 94 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The set term for this Framework will be two years with an option in favours of the Council to extend thereafter annually by 1 year up to a maximum of 2 years.
It is anticipated that extensions to the term of the Framework will be agreed a minimum of 6 months before the Framework End Date.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 2 Lot title: Central Area
1)Short description
Central Operational Area.
2)Common procurement vocabulary (CPV)

45000000, 45220000, 45221100, 45221241, 45233000, 45233110, 45233124, 45233200, 45233251, 45233162, 45233221, 77300000, 31000000, 32000000, 51000000

3)Quantity or scope
The Central area of the South Wales Trunk Road Agent from M4 J34 to M4 J49, A4060, A470, (from M4 J32 to junction with A465), A465 (from M4 J43 to junction with A4060).
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Western Area
1)Short description
Western Operational Area.
2)Common procurement vocabulary (CPV)

45000000, 45220000, 45221100, 45221241, 45233000, 45233110, 45233124, 45233200, 45233251, 45233162, 45233221, 77300000, 31000000, 32000000, 51000000

3)Quantity or scope
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.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 1 Lot title: Eastern Area
1)Short description
Eastern Operational Area.
2)Common procurement vocabulary (CPV)

45000000, 45220000, 45221100, 45221241, 45233000, 45233110, 45233124, 45233200, 45233251, 45233162, 45233221, 77300000, 31000000, 32000000, 51000000

3)Quantity or scope
The Eastern area of the South Wales Trunk Road Agent from M4 J34 (incl. J34) to Severn Crossing including M48, A48(M), A449, A4042, A466, A4232 and in part the A40, A465.
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:
Please see the PQQ/ITT documentations.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see the PQQ/ITT documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see the PQQ/ITT documentations.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see the PQQ/ITT 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 set out in the PQQ/ITT documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Pre-Qualification Questionnaire Documentation.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Pre-Qualification Questionnaire Documentation.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire 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

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: As set out in the PQQ documentation.
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:
PQQ 44
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 73-128302 of 15.4.2015

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
13.11.2015 - 14:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
25.1.2016
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
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Prior to the end of the framework.
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 onscreen 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 (8:00-18:00) on:

- email:

- phone: +44 800368485.
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 +44 3000603000.
Neath Port Talbot County Borough Council were appointed by the Welsh Assembly Government (WAG) as the South Wales trunk Road Agency from 1.4.2006 to 31.3.2011.
In 2012 the Welsh Government reviewed the management structure for their trunk road and motorway network and decided that the number of Agents should be reduced to two namely the North Wales Trunk Road Agent and the South Wales Trunk Road Agent (SWTRA). This has remained in operation since 2012 and these arrangements will be subject to review in 2017. If the SWTRA agreement is not extended beyond 2017 then this framework will either be terminated or novated to Welsh Government.
Neath Port Talbot County Borough Council reserves the right to change without notice the procedure for awarding the framework agreement, to reject all or any bids for the framework agreement, to stop the process and to not award the framework agreement at any time without liability on its part. For the avoidance of doubt reference herein to framework agreement means the framework agreement in whole or in part.
Neath Port Talbot County Borough Council shall not be liable for any costs, expenses or losses (including any third party costs, fees or expenses) which may be incurred by interested parties in participating in or in preparing any submissions in connection with this procurement exercise.
Pre-qualification questionnaire responses, tenders and all supporting documentation for the framework agreement must be in English.
All references to prices must be in sterling.
Any agreements entered into will be governed by English Law and will be subject to the exclusive jurisdiction of the English and Welsh Courts.
(WA Ref: 23330)

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:
Information will be provided in the Invitation to Tender documentation.
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:
7.10.2015