CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Neath Port Talbot County Borough Council |
The Quays, Baglan Energy Park, Brunel Way |
Neath |
SA11 2GG |
UK |
Corporate Procurement Unit
Paul Duffin |
+44 1639763927 |
p.duffin@npt.gov.uk |
|
http://www.npt.gov.uk
http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySouth Wales Trunk Road Agent (SWTRA) Consultancy Services Framework 2016 |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract12 |
II.1.2)
|
Main site or location of works, place of delivery or performance
The South Wales Trunk Road Agent area and within the County Borough of Neath Port-Talbot
UKL17 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged3 |
|
Duration of the framework agreement2 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement800000020000000GBP
|
|
Frequency and value of the contracts to be awarded |
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe 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. |
|
800000020000000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion24 |
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 Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
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
As provided for in the Tender documentation.
|
III.2.2)
|
Economic and financial capacity
As provided for in the Tender documentation.
As provided for in the Tender documentation.
|
III.2.3)
|
Technical capacity
As provided for in the Tender documentation.
As provided for in the Tender documentation.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
NPT-1299
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2015/S 243-441641 16-12-2015
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 31-03-2016
14:30 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
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 (8am - 6pm) on:
- email: help@bravosolution.co.uk
- 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
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 25-02-2016 |
|
ANNEX B
Information About Lots
|
1
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 |
|
|
|
|
|
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 contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
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 |
|
|
|
|
|
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 contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
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 |
|
|
|
|
|
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 contract dates
|
5)
|
Additional Information about lots
|
|