Tender

NMWTRA Highway Assets & Systems Design Framework Contract 2021

  • Cyngor Gwynedd Council

F02: Contract notice

Notice identifier: 2021/S 000-013997

Procurement identifier (OCID): ocds-h6vhtk-02a98e

Published 21 June 2021, 10:44am



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

Email

aledgwilymjones@nmwtra.org.uk

Telephone

+44 1352782103

Country

United Kingdom

NUTS code

UKL12 - Gwynedd

Internet address(es)

Main address

www.gwynedd.llyw.cymru

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

Email

AledGwilymJones@nmwtra.org.uk

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