Section one: Contracting authority
one.1) Name and addresses
RHONDDA CYNON TAF COUNCIL
2 Llys Cadwyn, Taff Street
Pontypridd
CF39 9BT
Contact
Kelly Joanne Smith
Telephone
+44 1443
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
one.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
procurementteam@bridgend.gov.uk
Telephone
+44 1656642596
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=AA0417
one.1) Name and addresses
Merthyr Tydfil County Borough Council
Civic Centre, Castle Street
Merthyr Tydfil
CF47 8AN
Telephone
+44 1685725000
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0347
one.2) Information about joint procurement
The contract involves joint procurement
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 the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
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
Procurement of a Strategic Partner for Consultancy of Core Engineering Services on behalf of Rhondda Cynon Taf, Bridgend and Merthyr Tydfil
Reference number
RCT/SP/R508/24
two.1.2) Main CPV code
- 71311000 - Civil engineering consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Three Local Authorities are all working together to procure a multi-disciplinary consultancy service for the delivery of Engineering Services: 1) Rhondda Cynon Taf County Borough Council; 2) Bridgend County Borough Council; and 3) Merthyr Tydfil County Borough Council (together “the Local Authorities”).
The services to be delivered under the Contract are:
Core Services – these are services that must be delivered under the Agreement:
1. Civil and Highway Engineering Consultancy
2. Transportation Consultancy
3. Ground and Water Management Consultancy
4. Site Supervision Consultancy
5. Geotechnical Consultancy
6. Structural Engineering Consultancy
7. Cost Consultancy / Quantity Surveyor Services
8. Project Management Services
9. Ecologist
Non-Core Services– these are services that may be delivered under the Agreement:
1. Archaeological and Cultural Heritage Consultancy
2. Master Planning / Urban Design
3. Architectural Design Services
4. Mechanical and Electrical Engineering Design Services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
- 71000000 - Architectural, construction, engineering and inspection services
- 71210000 - Advisory architectural services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71311200 - Transport systems consultancy services
- 71320000 - Engineering design services
- 71300000 - Engineering services
- 71311210 - Highways consultancy services
- 71311220 - Highways engineering services
- 71312000 - Structural engineering consultancy services
- 71311300 - Infrastructure works consultancy services
- 71324000 - Quantity surveying services
- 71332000 - Geotechnical engineering services
- 72224000 - Project management consultancy services
- 71313000 - Environmental engineering consultancy services
- 90733700 - Groundwater pollution monitoring or control services
- 71315210 - Building services consultancy services
- 71521000 - Construction-site supervision services
- 71351914 - Archaeological services
- 71410000 - Urban planning services
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
Description of the service
The services to be delivered under the Contract are:
Core Services – these are services that must be delivered under the Agreement:
1. Civil and Highway Engineering Consultancy
2. Transportation Consultancy
3. Ground and Water Management Consultancy
4. Site Supervision Consultancy
5. Geotechnical Consultancy
6. Structural Engineering Consultancy
7. Cost Consultancy / Quantity Surveyor Services
8. Project Management Services
9. Ecologist
Non-Core Services– these are services that may be delivered under the Agreement:
1. Archaeological and Cultural Heritage Consultancy
2. Master Planning / Urban Design
3. Architectural Design Services
4. Mechanical and Electrical Engineering Design Services
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
72
This contract is subject to renewal
Yes
Description of renewals
The Contract shall be for an initial 6 years commencing 1st April 2025 with the option to extend for a further period 4 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: Yes
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.2.2) Contract performance conditions
Under the terms of this contract the successful supplier 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:
Further information can be obtained in the tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
8 August 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 September 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Whilst not guaranteed, it is likely that the Authorities will re-procure for a similar replacement contract to become effective at the expiry of this contract. It is likely that such procurement will take place early 2033
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=142754
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:
RCT CBC is committed to delivering its well-being objectives through the provision of goods, works and services. RCT CBC has developed a number of Social Value Measures that bidders will be able to provide proposals against. Further information will be made available in the procurement documents available to those selected to tender.
(WA Ref:142754)
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