Tender

DPS for the Provision of Highways and Civil Engineering Works within Powys, Mid Wales

  • Powys County Council

F02: Contract notice

Notice identifier: 2024/S 000-023174

Procurement identifier (OCID): ocds-h6vhtk-048478

Published 25 July 2024, 11:40am



Section one: Contracting authority

one.1) Name and addresses

Powys County Council

County Hall

Llandrindod Wells

LD1 5LG

Email

commercialservices@powys.gov.uk

Telephone

+44 01597826000

Country

United Kingdom

NUTS code

UKL24 - Powys

Internet address(es)

Main address

https://www.powys.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

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 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

DPS for the Provision of Highways and Civil Engineering Works within Powys, Mid Wales

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Powys County Council has chosen to continue to offer an exciting opportunity for qualified and experienced contractors to participate in a Dynamic Purchasing System (DPS) for the provision of Highways and Civil Engineering Works throughout Powys County. This initiative aims to streamline the procurement process and open up new possibilities for local and regional businesses.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233100 - Construction work for highways, roads
  • 45233200 - Various surface works
  • 45233300 - Foundation work for highways, roads, streets and footpaths
  • 45220000 - Engineering works and construction works
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45112700 - Landscaping work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45342000 - Erection of fencing
  • 45233161 - Footpath construction work
  • 45233253 - Surface work for footpaths
  • 45233340 - Foundation work for footpaths
  • 45213312 - Car park building construction work
  • 45111240 - Ground-drainage work
  • 45232451 - Drainage and surface works
  • 45232452 - Drainage works
  • 45246400 - Flood-prevention works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys

two.2.4) Description of the procurement

Powys County Council has chosen to continue to offer an exciting opportunity for qualified and experienced contractors to participate in a Dynamic Purchasing System (DPS) for the provision of Highways and Civil Engineering Works throughout the County of Powys.

This opportunity was originally advertised via OJEU under reference number 2018/S 102-232168 on the 31st

May 2018 (https://ted.europa.eu/udl?uri=TED:NOTICE:232168-2018:TEXT:EN:HTML&src=0).

The DPS is live and the Council continue to seek further expressions of interest from Contractors.

This initiative aims to streamline the procurement process and open up new possibilities for local and regional contractors, and allow the Council to assemble and maintain an approved list of contractors for the stipulated works and to offer a more flexible and responsive procurement.

A DPS is similar to a framework agreement, in many ways, but where new Bidders can apply to join at any point during the life of the DPS. Bidders are not required to submit Tenders in order to join the DPS. All Bidders who meet the selection criteria will be admitted to the DPS, and when a contract opportunity arises the Council will move straight to the mini-competition phase for that package of works.

Contractors must be SSIP compliant (or equivalent) and Constructionline Registered to a minimum of Silver (or equivalent), with relevant work categories in order to be accepted onto the Dynamic Purchasing System.

The Council will also only accept your submission if you have appropriate levels of insurance for public liability and employers liability, or you agree to put these in place before the date of any contract award. The levels required are:

- Public Liability Insurance - 5,000,000 GBP.

- Employers Liability Insurance - 5,000,000 GBP.

Work opportunities shall include but not be limited to:

- Carriageway Resurfacing (and associated works)

- Footways Works

- Drainage Works

- Remedial Earthworks

- Highway Structures Works (e.g. Bridges, Culverts, Retaining Walls, Cattle Grids, etc)

- Highway Maintenance Works

- Flood Alleviation Schemes

- Watercourse improvements

- Highway Junction Improvements

- Highway Visibility Improvements

- Highway Alignment Improvements

- Active Travel works

- Car Park works

- Footpath works

- Fencing works

- Landscaping works

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Annually

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Depending upon successful admission to the Dynamic Purchasing System, requirements as stated within the documentation.

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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: 2018/S 102-232168

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

Date

28 July 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 July 2025

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

English, Welsh


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Prior to the time limit for receipt of requests to participate. 12 months.

six.3) Additional information

Instructions for Suppliers – Registration on eTenderwales

Powys County Council will be conducting this procurement exercise through the Value Wales e-Tendering portal. This can be found at

www.etenderwales.bravosolution.co.uk, all information may be downloaded and returned through this channel.

Internet address : http://etenderwales.bravosolution.co.uk

Suppliers Instructions How to Express Interest in this Tender

1. Register your company on the eTenderwales portal (this is only required once)

- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

- Click the “Open Access PQQs” link.

- Click on the relevant PQQ to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only)

- Click on the PQQ code, you can now access any attachments by clicking the “Settings and Buyer Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ

- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)

If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on:

- eMail: help@bravosolution.co.uk

- Phone: 0800 069 8634

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=143207

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:

Further information will be included in the DPS documentation and mini-competition tenders where appropriate.

(WA Ref:143207)

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