Opportunity

SWTRA Road Electrical and Technology Maintenance Contract 2024

  • Neath Port talbot Council

F02: Contract notice

Notice reference: 2023/S 000-028323

Published 26 September 2023, 11:23am



Section one: Contracting authority

one.1) Name and addresses

Neath Port talbot Council

Civic Centre

Port Talbot

SA13 1PJ

Contact

Wayne Thomas

Email

w.thomas3@npt.gov.uk

Telephone

+44 1639763928

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/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

SWTRA Road Electrical and Technology Maintenance Contract 2024

Reference number

NPT-1745

two.1.2) Main CPV code

  • 50230000 - Repair, maintenance and associated services related to roads and other equipment

two.1.3) Type of contract

Services

two.1.4) Short description

See II.2.4) Description of the Procurement

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32500000 - Telecommunications equipment and supplies
  • 32552120 - Emergency telephones
  • 32571000 - Communications infrastructure
  • 32572000 - Communications cable
  • 32573000 - Communications control system
  • 34924000 - Variable message signs
  • 34928500 - Street-lighting equipment
  • 34928510 - Street-lighting columns
  • 34970000 - Traffic-monitoring equipment
  • 34971000 - Speed camera equipment
  • 34990000 - Control, safety, signalling and light equipment
  • 34991000 - Field operating lights
  • 34992000 - Signs and illuminated signs
  • 34992100 - Illuminated traffic signs
  • 34993100 - Tunnel lighting
  • 38120000 - Meteorological instruments
  • 42995100 - Tunnel washer
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45232311 - Roadside emergency telephone lines
  • 45316110 - Installation of road lighting equipment
  • 45316200 - Installation of signalling equipment
  • 50000000 - Repair and maintenance services
  • 50232100 - Street-lighting maintenance services
  • 50232200 - Traffic-signal maintenance services
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312610 - Maintenance of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 50334400 - Communications system maintenance services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50532200 - Repair and maintenance services of transformers
  • 50532300 - Repair and maintenance services of generators
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 51110000 - Installation services of electrical equipment
  • 51120000 - Installation services of mechanical equipment
  • 51130000 - Installation services of steam generators, turbines, compressors and burners
  • 63712700 - Traffic control services
  • 90640000 - Gully cleaning and emptying services

two.2.3) Place of performance

NUTS codes
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL14 - South West Wales
  • UKL15 - Central Valleys
  • UKL16 - Gwent Valleys
  • UKL18 - Swansea
  • UKL21 - Monmouthshire and Newport
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Refer to Volume 0 of the ITT for full details.

two.2.4) Description of the procurement

Neath Port Talbot County Borough Council (the “Council”) invites tenders from suitably qualified and experienced organisations to undertake term services to the SWTRAs/ highways assets across the South Wales Strategic Road Network (SWSRN).

An indication of the Scope of the service is summarised as follows:

The routine maintenance and fault repair associated with road electrical, signal and technology infrastructure systems and Network communications, along with mechanical and electrical and electronic systems associated with the SWSRN (the affected property). These include, but are not limited to:-

- The South Wales Traffic Management Centre and the South Wales Transmission Buildings (including Tunnel Service Buildings).

- The maintenance and fault repair of ITS and information systems and services; inductive loops; trunk road telephones; CCTV (permanent and temporary sites); electronic message signs (permanent and temporary); IT servers and screens and meteorological detection equipment installed throughout the Area Network

- Tunnel systems associated with the Brynglas & Gibraltar Tunnels, which include but are not limited to:- LV Distribution and Control Systems, Power Transformers, Uninterruptible Power Supplies, Lighting and Control Systems, Fire Monitoring / Protection System, Pollution Monitoring Systems, SCADA Systems, PA Systems and video incident detection systems.

- Planned and reactive Tunnel Technology Maintenance.

- The maintenance and fault repair of Street lighting, Illuminated Traffic Signs and Bollards.

- The maintenance and fault repair of Traffic Signals

- Making assets safe in the event of a safety critical emergency scenario.

- The Scope may also include for the replacement and upgrade of the existing equipment or systems, or installation of new assets and thier maintenance at the discretion of the Service Manager..

- Throughout the life of the contract new systems or equipment will inevitably be added to supplement the existing assets and the service may be extended or adjusted to cover such replacement, upgraded or additional assets.

.

The Council has been advised that TUPE will apply to the proposed contract.

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

36

This contract is subject to renewal

Yes

Description of renewals

The service period is 3 years.

This contract includes the option to extend the contract annually, for up to a maximum of 2 years and includes a break option at any time without penalty after the third anniversary of the starting date upon giving 6 months’ notice. Maximum service period including all extensions will be 5 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The service period is 3 years.

This contract includes the option to extend the contract annually, for up to a maximum of 2 years and includes a break option at any time without penalty after the third anniversary of the starting date upon giving 6 months’ notice. Maximum service period including all extensions will be 5 years.

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.1.8) 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

3 November 2023

Local time

2:30pm

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

3 November 2023

Local time

2:30pm


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 end of contract period.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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_95818).

- 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=127328

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:

As per ITT documents.

(WA Ref:127328)

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