Section one: Contracting authority
one.1) Name and addresses
Neath Port Talbot County Borough Council
Civic Centre
Port Talbot
SA13 1PJ
Country
United Kingdom
NUTS code
UKL17 - Bridgend and Neath Port Talbot
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274
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
Provision of Interpretive Design, Project Management and Installation at Gnoll Estate Country Park Neath
Reference number
CPU24-25-15
two.1.2) Main CPV code
- 72224000 - Project management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
See Description of the Procurement II.2.4
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72224000 - Project management consultancy services
- 79340000 - Advertising and marketing services
- 79341100 - Advertising consultancy services
- 79413000 - Marketing management consultancy services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
Neath Port Talbot Council has recently been awarded UK Government’s Levelling Up Fund (LUF) to deliver the Vale of Neath Heritage Corridor Project. As part of this project the Council will be delivering major investment at Gnoll Estate Country Park including a new Visitor Centre, new outdoor play, visitor accommodation at Pond Cottage and a complete reinterpretation of the park and its historic landscape.
The Council has also secured funding from the Heritage Culture, Tourism and Events Fund a tranche of the UK Government’s Shared Prosperity Fund (SPF) to deliver digital interpretation as part of this overall project.
The Council is seeking to procure a suitably qualified project management and interpretive design consultancy to design and install an interpretive scheme across the Country Park in addition to project management of the interpretation project and consultation with key parties.
Due to differing funding deadlines for LUF and SPF the project has been broken down into three distinct work packages.
Some elements of Work Package 1, namely the design of digital interpretation, branding and visual identity and community consultation, in addition to all elements of Work Package 2 will need to be delivered in full by 31st March 2025. All other remaining elements of Work Package 1 and 3 must be delivered in full by 31st March 2026.
The reinterpretation of the historic parkland is a key output of the LUF project which aims to enable the local community and visitors to better understand the significance of key features of the park and the important role that the Estate has played in the wider context of the town of Neath. The environmental and biodiversity significance of the park should also be a key message within the interpretive scheme.
All deliverables as part of this project must take full account of accessibility for a wide range of resident and visitor needs. All elements must be delivered bilingually in Welsh and English. The costs of this should be accounted for within your submission.
The wider LUF funded project is of significant size and scope, the successful consultancy will be required to liaise with the wider project management team in order to understand any complexities, timescales and ensure that the context of the development is factored into the interpretive scheme.
Tenderers are required to submit a proposal which outlines a detailed delivery schedule which ensures that all elements of the project can be delivered by no later than 31st March 2025 for Work Package 2 and 31st March 2026 for Work Package 3. Work Package 1 should be split across stages 2 and 3 with some elements in Work Package 1 (i.e. visual identity and branding, being required to inform Work Package 2).
The submission should outline how accessibility will be integrated into all project elements.
This project is funded by the UK Government through the UK Shared Prosperity Fund.
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
18
This contract is subject to renewal
No
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
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
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.1.8) 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
Date
1 August 2024
Local time
12:00pm
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
1 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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_111264).
- 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=142433
(WA Ref:142433)
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