Section one: Contracting authority
one.1) Name and addresses
Cyngor Gwynedd Council
Uned Caffael / Procurement Unit, Swyddfeydd y Cyngor, Stryd y Jel / Council Offices, Shirehall Street
Caernarfon
LL55 1SH
Contact
Aled Gwilym Jones
Telephone
+44 1352782103
Country
United Kingdom
NUTS code
UKL12 - Gwynedd
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361
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
Additional information can be obtained from another address:
North & Mid Wales Trunk Road Agent
North Wales Traffic Management Centre, Ffordd Sam Pari
Conwy
LL32 8HH
Contact
Aled Gwilym Jones
Telephone
+44 1352782103
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://traffic.wales/north-and-mid-wales-trunk-road-agent-nmwtra
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NMWTRA Highway Assets & Systems Design Framework Contract 2021
two.1.2) Main CPV code
- 71320000 - Engineering design services
two.1.3) Type of contract
Services
two.1.4) Short description
The North and Mid Wales Trunk Road Agent (NMWTRA) Highway Asset & Systems Design Framework is a framework to procure Highway Asset & Systems Design professional services through 'call off' Works Orders on the following:
Trunk Road Network - Dual & Single Carriageways
County Areas
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
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 - Control Systems
Lot No
1
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 71311220 - Highways engineering services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71530000 - Construction consultancy services
- 42961200 - Scada or equivalent system
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
- UKL12 - Gwynedd
- UKL13 - Conwy and Denbighshire
- UKL23 - Flintshire and Wrexham
- UKL1 - West Wales and the Valleys
- UKL24 - Powys
Main site or place of performance
North and Mid Wales
two.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extensions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
itt_87911
two.2) Description
two.2.1) Title
Lot 2 - Traffic Signals
Lot No
2
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 45233294 - Installation of road signals
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 71311220 - Highways engineering services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
- UKL12 - Gwynedd
- UKL13 - Conwy and Denbighshire
- UKL23 - Flintshire and Wrexham
- UKL1 - West Wales and the Valleys
- UKL24 - Powys
Main site or place of performance
North and Mid Wales
two.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 100% Technical.
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
itt_87913
two.2) Description
two.2.1) Title
Lot 3 - Street Lighting Design
Lot No
3
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 31527260 - Lighting systems
- 71311220 - Highways engineering services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
- UKL12 - Gwynedd
- UKL13 - Conwy and Denbighshire
- UKL23 - Flintshire and Wrexham
- UKL1 - West Wales and the Valleys
- UKL24 - Powys
Main site or place of performance
North and Mid Wales
two.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
itt_87914
two.2) Description
two.2.1) Title
Lot 4 - Electrical Design
Lot No
4
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
- UKL12 - Gwynedd
- UKL13 - Conwy and Denbighshire
- UKL23 - Flintshire and Wrexham
- UKL1 - West Wales and the Valleys
- UKL24 - Powys
Main site or place of performance
North and Mid Wales
two.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
itt_87965
two.2) Description
two.2.1) Title
Lot 5 - Mechanical & Electrical Tunnel Systems Design
Lot No
5
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 71311220 - Highways engineering services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71322500 - Engineering-design services for traffic installations
- 71530000 - Construction consultancy services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
- UKL12 - Gwynedd
- UKL13 - Conwy and Denbighshire
- UKL23 - Flintshire and Wrexham
- UKL1 - West Wales and the Valleys
- UKL24 - Powys
Main site or place of performance
North and Mid Wales
two.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
itt_87966
two.2) Description
two.2.1) Title
Lot 6 - Minor Structure Design
Lot No
6
two.2.2) Additional CPV code(s)
- 71320000 - Engineering design services
- 44210000 - Structures and parts of structures
- 71311220 - Highways engineering services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71530000 - Construction consultancy services
- 71311000 - Civil engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKL11 - Isle of Anglesey
- UKL12 - Gwynedd
- UKL13 - Conwy and Denbighshire
- UKL23 - Flintshire and Wrexham
- UKL1 - West Wales and the Valleys
- UKL24 - Powys
Main site or place of performance
North and Mid Wales
two.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
itt_87967
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See tender documents for further information.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-008733
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 August 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 August 2021
Local time
12:00pm
Place
e-TenderWales
Information about authorised persons and opening procedure
Procurement officer is Aled Jones, NMWTRA. Opening procedure as stated in Volume 0 - Instructions to Suppliers.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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=111429
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:
As defined in Volume 2 - Framework Information.
(WA Ref:111429)
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