Tender

Repair and Restoration of the Transporter Bridge, Newport, South Wales

  • Newport City Council

F02: Contract notice

Notice identifier: 2021/S 000-022288

Procurement identifier (OCID): ocds-h6vhtk-02de7f

Published 8 September 2021, 2:54pm



Section one: Contracting authority

one.1) Name and addresses

Newport City Council

Civic Centre

Newport

NP20 4UR

Contact

Anthony E Morris

Email

Anthony.morris@newportnorse.co.uk

Telephone

+44 1633420456

Country

United Kingdom

NUTS code

UKL21 - Monmouthshire and Newport

Internet address(es)

Main address

www.newport.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0273

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://etenderwales.bravosolution.co.uk

Additional information can be obtained from another address:

Newport Norse Ltd

First Floor Caradog House, Cleppa Park

Newport

NP10 8UG

Contact

Anthony E Morris

Email

Maxine.white@newportnorse.co.uk

Telephone

+44 1633240456

Country

United Kingdom

NUTS code

UKL21 - Monmouthshire and Newport

Internet address(es)

Main address

http://property.services@newportnorse.co.uk

Buyer's address

http://newportnorse.co.uk

Tenders or requests to participate must be submitted electronically via

http://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

http://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

Repair and Restoration of the Transporter Bridge, Newport, South Wales

Reference number

18-1-1007

two.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

two.1.3) Type of contract

Works

two.1.4) Short description

The provision of full engineering repair services for the Repair and Restoration of the Transporter Bridge

two.1.5) Estimated total value

Value excluding VAT: £6,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45220000 - Engineering works and construction works

two.2.3) Place of performance

NUTS codes
  • UKL21 - Monmouthshire and Newport
Main site or place of performance

Transporter Bridge, Brunel Street, Newport. NP20 2JY

two.2.4) Description of the procurement

Open FTS (OJEU) tender via etenderwales website portal. Returned submissions via portal by the deadline. ESPD document assessed first to confirm suitability. Second stage will be assessed on the Most Economical Advantageous Tender (MEAT).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Cost criterion - Name: Price / Weighting: 80%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

31 January 2022

End date

24 February 2023

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.2.2) Contract performance conditions

The Council believes that the selection of the right contractor is paramount in ensuring the works are expertly carried out to meet the requirements in the tender documents, and to achieve this, the tender will be evaluated on a price and quality basis

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 108-263364

four.2.2) Time limit for receipt of tenders or requests to participate

Date

20 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 October 2021

Local time

2:00pm

Place

Caradog House, Newport

Information about authorised persons and opening procedure

Refer to 'Invitation to Tender Document'


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=113331

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

It is the Client’s intention that the delivery of this Contract assists in the achievement of its policies on sustainable development and economic and social regeneration. Accordingly, the Contractor is required to deliver community benefits and (targeted recruitment and training TR&T) opportunities to the Client. Confirmation of your acceptance to apply community benefits (with the assistance of the Client Officer) to this project will be written into the Invitation to Tender document

(WA Ref:113331)

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