Awarded contract

SWTRA Road Electrical and Technology Maintenance Contract 2024

  • Neath Port Talbot Council

F03: Contract award notice

Notice reference: 2024/S 000-009757

Published 26 March 2024, 10:37am



Section one: Contracting authority

one.1) Name and addresses

Neath Port Talbot Council

Civic Centre

Port Talbot

SA13 1PJ

Contact

Wayne Thomas

Email

w.thomas3@npt.gov.uk

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.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

SWTRA Road Electrical and Technology Maintenance Contract 2024

Reference number

NPT-1745

two.1.2) Main CPV code

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

See II.2.4) Description of the Procurement

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £35,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 32500000 - Telecommunications equipment and supplies
  • 32552120 - Emergency telephones
  • 32571000 - Communications infrastructure
  • 32572000 - Communications cable
  • 32573000 - Communications control system
  • 34924000 - Variable message signs
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34970000 - Traffic-monitoring equipment
  • 34971000 - Speed camera equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 34991000 - Field operating lights
  • 34992000 - Signs and illuminated signs
  • 34992100 - Illuminated traffic signs
  • 34993100 - Tunnel lighting
  • 38120000 - Meteorological instruments
  • 42995100 - Tunnel washer
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45232311 - Roadside emergency telephone lines
  • 45316110 - Installation of road lighting equipment
  • 45316200 - Installation of signalling equipment
  • 50000000 - Repair and maintenance services
  • 50232100 - Street-lighting maintenance services
  • 50232200 - Traffic-signal maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 50334400 - Communications system maintenance services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50532200 - Repair and maintenance services of transformers
  • 50532300 - Repair and maintenance services of generators
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51130000 - Installation services of steam generators, turbines, compressors and burners
  • 63712700 - Traffic control services
  • 90640000 - Gully cleaning and emptying services

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL14 - South West Wales
  • UKL15 - Central Valleys
  • UKL16 - Gwent Valleys
  • UKL18 - Swansea
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

An award has been made by Neath Port Talbot County Borough Council to the successful contractor to undertake term services to the SWTRAs/ highways assets across the South Wales Strategic Road Network (SWSRN).

An indication of the Scope of the service is summarised as follows:

The routine maintenance and fault repair associated with road electrical, signal and technology infrastructure systems and Network communications, along with mechanical and electrical and electronic systems associated with the SWSRN (the affected property). These include, but are not limited to:-

- The South Wales Traffic Management Centre and the South Wales Transmission Buildings (including Tunnel Service Buildings).

- The maintenance and fault repair of ITS and information systems and services; inductive loops; trunk road telephones; CCTV (permanent and temporary sites); electronic message signs (permanent and temporary); IT servers and screens and meteorological detection equipment installed throughout the Area Network

- Tunnel systems associated with the Brynglas & Gibraltar Tunnels, which include but are not limited to:- LV Distribution and Control Systems, Power Transformers, Uninterruptible Power Supplies, Lighting and Control Systems, Fire Monitoring / Protection System, Pollution Monitoring Systems, SCADA Systems, PA Systems and video incident detection systems.

- Planned and reactive Tunnel Technology Maintenance.

- The maintenance and fault repair of Street lighting, Illuminated Traffic Signs and Bollards.

- The maintenance and fault repair of Traffic Signals

- Making assets safe in the event of a safety critical emergency scenario.

- The Scope may also include for the replacement and upgrade of the existing equipment or systems, or installation of new assets and thier maintenance at the discretion of the Service Manager..

- Throughout the life of the contract new systems or equipment will inevitably be added to supplement the existing assets and the service may be extended or adjusted to cover such replacement, upgraded or additional assets.

.

two.2.5) Award criteria

Quality criterion - Name: Resources & Capacity / Weighting: 15

Quality criterion - Name: Value for Money & Quality of Service / Weighting: 10

Quality criterion - Name: Electrical Testing / Weighting: 5

Quality criterion - Name: H&S Risk Register / Weighting: 5

Quality criterion - Name: Carbon Reduction / Encironmental Impacts / Weighting: 5

Cost criterion - Name: Part 1 - Contract Mgt & Admin / Weighting: 10

Cost criterion - Name: Part 2 - Planned Maintenance / Weighting: 10

Cost criterion - Name: Part 3 - Variable Maintenance / Weighting: 10

Cost criterion - Name: Part 4 - Supplementary Services / Weighting: 5

Cost criterion - Name: Part 5 - People / Weighting: 20

Cost criterion - Name: Part 6 - Notional Compensation Event / Weighting: 5

two.2.11) Information about options

Options: Yes

Description of options

The service period is 3 years.

This contract includes the option to extend the contract annually, for up to a maximum of 2 years and includes a break option at any time without penalty after the third anniversary of the starting date upon giving 6 months’ notice. Maximum service period including all extensions will be 5 years.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-028323


Section five. Award of contract

Contract No

NPT-1745

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 March 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Centregreat Ltd

Unit 11-12 Wyndham Close

Bridgend

CF31 2AD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £35,000,000


Section six. Complementary information

six.3) Additional information

(WA Ref:140136)

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