Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Welsh Ministers - National Procurement Service (Welsh Government)
Sarn Mynach,
Llandudno Junction
LL319RZ
UK
Contact person: Kathryn Jones
E-mail: NPSProfessionalServices@wales.gsi.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://npswales.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Central Purchasing Body
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
South West and Mid Wales Regional Engineering Consultancy Framework
Reference number: NPS-PS-0067-16
II.1.2) Main CPV code
71310000
II.1.3) Type of contract
Services
II.1.4) Short description
The National Procurement Service (NPS) wishes to establish a Framework Agreement (Agreement) for the supply of Engineering Consultancy Services for the following Local Authorities.
Carmarthenshire County Council
Ceredigion County Council
City and County of Swansea
Neath Port Talbot County Borough Council
Pembrokeshire County Council
Powys County Council
In the event of merger, abolition or change of any of the contracting authorities listed or referred to above, the successors to those authorities or to their functions will also be able to enter into specific contracts under this framework during its duration.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71320000
71317210
80531200
79600000
71311210
71311220
71521000
71324000
71000000
71300000
71400000
71500000
71600000
71800000
II.2.3) Place of performance
NUTS code:
UKL14
UKL24
Main site or place of performance:
The Local Authority Regions described in this notice and the ITT documentation
II.2.4) Description of the procurement
To establish a framework agreement to deliver high quality services in the fields of highways, structures and transportation engineering to include project management, technical advice, design, technical surveys, construction management and management of services. Areas of expertise are fully described within the ITT and a selection of these skills may be brought together to suit the needs of any particular project. The services will relate to work within the South West Wales and Mid Wales Regions as defined in the ITT documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.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:
Please see II.2.14
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
Grant funding may become available to a Participating Organisation in the future in which event this information will be made available to the Economic Operato
II.2.14) Additional information
The framework agreement term is 36 months with an option to extend for a further 12 months
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to the Invitation to Tender
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to the Invitation to Tender
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 206-372896
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/02/2017
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/02/2017
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
To be reviewed in 2020
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
ITT documentation can be accessed via: https://etenderwales.bravosolution.co.uk
Etender references for this framework:
The following ITT must be completed by all Tenderers bidding for the
South West and Mid Wales Regional Engineering Consultancy Framework: itt_59361
If you are seeking help on using the etenderwales system please email help@bravosolution.co.uk or call 08003684852.
The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.
Grant funding, which may include EU funding, may become available to a Participating Organisation in the future in which event this information will be made available to the Economic Operator
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=60012
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 described within the Invitation to Tender
(WA Ref:60012)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
National Procurement Service (Welsh Government)
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
UK
Telephone: +44 3007900170
Internet address(es)
URL: http://npswales.gov.uk
VI.5) Date of dispatch of this notice
17/01/2017