Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cyngor Gwynedd Council
Uned Caffael / Procurement Unit, Swyddfeydd y Cyngor, Stryd y Jel / Council Offices, Shirehall Street
Caernarfon
LL55 1SH
UK
Contact person: Aled Broadhurst-Jones
Telephone: +44 1352782103
E-mail: AledGwilymJones@nmwtra.org.uk
NUTS: UKL12
Internet address(es)
Main address: www.gwynedd.llyw.cymru
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0361
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
Regional or local authority
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NMWTRA Consultancy Professional Services Framework 2022
II.1.2) Main CPV code
71311210
II.1.3) Type of contract
Services
II.1.4) Short description
Professional multi-disciplinary consultancy services Framework to provide professional multi-disciplinary consultancy services (services) for delivery of scope of Work Packages on any Trunk Road or County asset or location within the geographical area of North and Mid Wales
II.1.5) Estimated total value
Value excluding VAT:
25 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1-3 will be a combined Lot (itt), max 4 Suppliers
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Multi-disciplinary Consultant Professional Services GBP0 – < GBP10,000
II.2.2) Additional CPV code(s)
71311210
71311000
71311200
71311300
71312000
71313000
71300000
71322000
71332000
71521000
71541000
45243000
79994000
71631400
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
As defined in Volume 0 - Instruction to Suppliers
Qualification (SQUID), Technical and Commercial tender submissions.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/09/2022
End:
06/09/2024
This contract is subject to renewal: Yes
Description of renewals:
The term of the Framework Contract is 2 years, with potential of two 12-month extension periods at the discretion of the Client. The end date of the Framework period is September 2024, extending up to September 2025 or September 2026, if the Client extends the Framework Period.
The Client intends to extend the Framework Period to utilise the 4-year term.
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:
No
II.2.14) Additional information
e-Tender ref: itt_94049
Lot No: 2
II.2.1) Title
Lot 2 Multi-disciplinary Consultant Professional Services > GBP10,000 – < GBP50,000
II.2.2) Additional CPV code(s)
71311210
71311200
71311000
71311300
71312000
71313000
71300000
71320000
71322000
71332000
71521000
71541000
71631400
79994000
45243000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
As defined in Volume 0 - Instructions to Suppliers
Qualification, Technical and Commercial tender submissions.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/09/2022
End:
06/09/2024
This contract is subject to renewal: Yes
Description of renewals:
The term of the Framework Contract is 2 years, with potential of two 12-month extension periods at the discretion of the Client. The end date of the Framework period is September 2024, extending up to September 2025 or September 2026, if the Client extends the Framework Period.
The Client intends to extend the Framework Period to utilise the 4-year term.
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:
No
II.2.14) Additional information
e-Tender ref: itt_94049
Lot No: 3
II.2.1) Title
Lot 3 Multi-disciplinary Consultant Professional Services > GBP50,000
II.2.2) Additional CPV code(s)
71311210
71311200
71311000
71311300
71312000
71313000
71300000
71320000
71322000
71332000
71521000
71541000
71631400
71242000
79994000
45243000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
As defined in Volume 0 - Instructions to Suppliers
Qualification, Technical and Commercial tender submissions.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.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 term of the Framework Contract is 2 years, with potential of two 12-month extension periods at the discretion of the Client. The end date of the Framework period is September 2024, extending up to September 2025 or September 2026, if the Client extends the Framework Period.
The Client intends to extend the Framework Period to utilise the 4-year term.
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:
No
II.2.14) Additional information
e-Tender ref: itt_94049
Lot No: 4
II.2.1) Title
Lot 4 Major Consultancy Projects
II.2.2) Additional CPV code(s)
71311210
71311200
71311000
71311300
71312000
71313000
71300000
71320000
71322000
71332000
71242000
71400000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
As defined in Volume 0 - Instructions to Suppliers
Qualification (SQUID) and Technical tender submissions (no Commercial submission)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100
Price
/ Weighting:
0
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/09/2022
End:
06/09/2024
This contract is subject to renewal: Yes
Description of renewals:
The term of the Framework Contract is 2 years, with potential of two 12-month extension periods at the discretion of the Client. The end date of the Framework period is September 2024, extending up to September 2025 or September 2026, if the Client extends the Framework Period.
The Client intends to extend the Framework Period to utilise the 4-year term
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:
No
II.2.14) Additional information
e-Tender ref: itt_94050
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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: 4
Justification for any framework agreement duration exceeding 4 years: None
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:
2022/S 000-002502
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/06/2022
Local time: 12:00
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:
17/06/2022
Local time: 12:00
Place:
e-TenderWales electronic tendering platform
Information about authorised persons and opening procedure:
AS defined in Volume 0 - Instructions to Suppliers
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
VI.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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=120190
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 defined in Volume 2 - Framework Information
(WA Ref:120190)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
05/04/2022