Opportunity

South Wales Trunk Road Agent (SWTRA) – Consultancy Services Framework 2022

  • Neath Port Talbot County Borough Council

F02: Contract notice

Notice reference: 2021/S 000-027916

Published 8 November 2021, 9:45am



Section one: Contracting authority

one.1) Name and addresses

Neath Port Talbot County Borough Council

Civic Centre

Port Talbot

SA13 1PJ

Contact

Paul Duffin

Email

procurement@npt.gov.uk

Telephone

+44 1639763927

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

http://www.npt.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274

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

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

South Wales Trunk Road Agent (SWTRA) – Consultancy Services Framework 2022

Reference number

NPT-1513

two.1.2) Main CPV code

  • 71322000 - Engineering design services for the construction of civil engineering works

two.1.3) Type of contract

Services

two.1.4) Short description

Consultancy Services Framework to deliver operational and technical management of services and improvements.

Framework will seek to appoint up to six consultants to undertake consultancy services over three geographical regions (East, Central & West).

A Primary supplier and a Reserve supplier appointed to each geographical region.

two.1.5) Estimated total value

Value excluding VAT: £105,000,000

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

Central Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71322300 - Bridge-design services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

The Central area of the road network will include M4 J32 – J49, A470, A48, A465, A4060 and A4232.

two.2.4) Description of the procurement

See Tender Documentation

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

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a term of 2 years (with an option to extend for a further period of up to 2 years on an annual basis).

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) Description

two.2.1) Title

East Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71322300 - Bridge-design services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

The Eastern area of the road network will include M4 J32 – 2nd Severn Crossing, J2 – J23, A449, A40, A466, A48, A465, A4042, A48 (M).

two.2.4) Description of the procurement

See Tender Documentation

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

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a term of 2 years (with an option to extend for a further period of up to 2 years on an annual basis).

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) Description

two.2.1) Title

West Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71313400 - Environmental impact assessment for construction
  • 71318000 - Advisory and consultative engineering services
  • 71320000 - Engineering design services
  • 71322300 - Bridge-design services
  • 71322500 - Engineering-design services for traffic installations

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
Main site or place of performance

The Western Area of the road network will include the A483, A48 – J49, A477, A4076, A40, A483 and A487.

two.2.4) Description of the procurement

See Tender Documentation

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

24

This contract is subject to renewal

Yes

Description of renewals

The Framework will be for a term of 2 years (with an option to extend for a further period of up to 2 years on an annual basis).

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


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

Envisaged maximum number of participants to the framework agreement: 6

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 187-452857

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

Date

17 December 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 December 2021

Local time

12:00pm


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 expiry of the Framework.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Instructions:

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 an 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.

- Click on the relevant ITT to access the content (itt_88328).

- Click the 'Express Interest' button on the right-hand side of the screen.

- This will move the ITT into your 'My ITTs'. (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).

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

- Note the deadline for completion, and then follow the onscreen instructions to complete the ITT.

- There may be a combination of online & offline actions for you to perform (there is detailed online help available Monday - Friday (8am -

6pm) on: help@bravosolution.co.uk (phone: 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=115032

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:

Please see Tender Documentation

(WA Ref:115032)

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