Opportunity

South Wales Trunk Road Agent (SWTRA) – Surfacing and Ancillary Works Framework 2022

  • Neath Port Talbot County Borough Council

F02: Contract notice

Notice reference: 2022/S 000-000016

Published 4 January 2022, 8:55am



The closing date and time has been changed to:

18 February 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Neath Port Talbot County Borough Council

Civic Centre

Port Talbot

SA13 1PJ

Contact

Wayne Thomas

Email

w.thomas3@npt.gov.uk

Telephone

+44 1639763928

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

http://www.npt.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

South Wales Trunk Road Agent (SWTRA) – Surfacing and Ancillary Works Framework 2022

Reference number

NPT-1646

two.1.2) Main CPV code

  • 45233210 - Surface work for highways

two.1.3) Type of contract

Works

two.1.4) Short description

Refer to II.2.4 - Description of the Procurement

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 (Eastern Region)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233210 - Surface work for highways
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 44113800 - Road-surfacing materials
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works
  • 45233220 - Surface work for roads

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL18 - Swansea
  • UKL2 - East Wales
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL24 - Powys
  • UKL15 - Central Valleys
Main site or place of performance

Delivery of surfacing and ancillary works across the South Wales Motorway and Trunk Road Network

two.2.4) Description of the procurement

The South Wales Trunk Road Agent (SWTRA) is responsible to the Welsh Government (WG) for the operation and maintenance of highway assets on the trunk road network in South Wales.

Through this framework SWTRA will commission purely Surfacing and Ancillary Works (planned and unplanned, programmed and emergency pavement-resurfacing works) across the South Wales Motorway and Trunk Road Networks which will enable greater focus on the important aspects of roads re-surfacing, maintenance, durability and repairs.

Contractors bidding to be on the framework will need to demonstrate their professional capability and capacity to deliver projects alongside their commitment to supporting the wider aims and policy objectives of WG and SWTRA.

Contractors are able to tender for one or both Lots but may only be awarded one Lot if successful as disclosed in the ITT documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework period will be for 3 years with option to extend by up to a further 1 year, making 4 years in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Framework period will be for 3 years with option to extend by up to a further 1 year, making 4 years in total.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 (Western Region)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233210 - Surface work for highways
  • 45233220 - Surface work for roads
  • 44113800 - Road-surfacing materials
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL18 - Swansea
  • UKL2 - East Wales
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL24 - Powys
  • UKL15 - Central Valleys
Main site or place of performance

Delivery of surfacing and ancillary works across the South Wales Motorway and Trunk Road Network.

two.2.4) Description of the procurement

The South Wales Trunk Road Agent (SWTRA) is responsible to the Welsh Government (WG) for the operation and maintenance of highway assets on the trunk road network in South Wales.

Through this framework SWTRA will commission purely Surfacing and Ancillary Works (planned and unplanned, programmed and emergency pavement-resurfacing works) across the South Wales Motorway and Trunk Road Networks which will enable greater focus on the important aspects of roads re-surfacing, maintenance, durability and repairs.

Contractors bidding to be on the framework will need to demonstrate their professional capability and capacity to deliver projects alongside their commitment to supporting the wider aims and policy objectives of WG and SWTRA.

Contractors are able to tender for one or both Lots but may only be awarded one Lot if successful as disclosed in the ITT documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework period is for 3 years with option to extend by up to a further 1 year, making 4 years in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Framework period is for 3 years with option to extend by up to a further 1 year, making 4 years in total.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

4 February 2022

Local time

12:00pm

Changed to:

Date

18 February 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.7) Conditions for opening of tenders

Date

4 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Subject to requirement and performance, further notices envisaged to be published either in third or fourth year of the framework for subsequent re-tender.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Suppliers’ Instructions ‘How to Express Interest in this 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.

- Complete the ‘Organisation Details’ and ‘User Details’ sections.

- Note the username you choose and click ‘save’ when complete.

- You will shortly receive and email with your unique password (please keep this secure).

- Agree to the terms and conditions and click ‘continue’.

2. Express an interest in the ITT.

- Login to the portal with the username / password.

- Click the ‘ITT Open to all Suppliers’ link.

- Alternatively, search for the relevant ITT (itt_89857).

- Click on the relevant ITT to access the content.

- Click the ‘Express Interest’ button on the right-hand side of the screen.

- This will move the ITT into your ‘My ITT pages’. (This is a secure area reserved for your projects only.)

- Click on the ITT code, you can now access any attachments by selecting ‘Buyer Attachments’.

3. Responding to the ITT.

- You can now choose to ‘Respond’ or ‘Decline to Respond’ (please give a reason if declining).

- Note the ‘Closing Date’, and then follow the onscreen instructions to complete the ITT.

- There is help available Monday – Friday (8am – 6pm) on: help@bravosolution.co.uk or by telephone on 0800 368 485.

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=113944

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:

Refer to tender documents.

(WA Ref:113944)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom