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 Gwilym 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 another address:
North & Mid Wales Trunk Road Agent
North Wales Traffic Management Centre, Ffordd Sam Pari
Conwy
LL32 8HH
UK
Contact person: Aled Gwilym Jones
Telephone: +44 1352782103
E-mail: AledGwilymJones@nmwtra.org.uk
NUTS: UKL
Internet address(es)
Main address: https://traffic.wales/north-and-mid-wales-trunk-road-agent-nmwtra
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 Highway Assets & Systems Design Framework Contract 2021
II.1.2) Main CPV code
71320000
II.1.3) Type of contract
Services
II.1.4) Short description
The North and Mid Wales Trunk Road Agent (NMWTRA) Highway Asset & Systems Design Framework is a framework to procure Highway Asset & Systems Design professional services through 'call off' Works Orders on the following:
Trunk Road Network - Dual & Single Carriageways
County Areas
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Control Systems
II.2.2) Additional CPV code(s)
71320000
71311220
71322000
71322500
71530000
42961200
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL1
UKL24
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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:
2 x 12 month extensions.
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
itt_87911
Lot No: 2
II.2.1) Title
Lot 2 - Traffic Signals
II.2.2) Additional CPV code(s)
71320000
45233294
31000000
71311220
71322000
71322500
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL1
UKL24
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 100% Technical.
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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:
2 x 12 month extension.
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
itt_87913
Lot No: 3
II.2.1) Title
Lot 3 - Street Lighting Design
II.2.2) Additional CPV code(s)
71320000
31527260
71311220
71322000
71530000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL1
UKL24
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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:
2 x 12 month extension.
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
itt_87914
Lot No: 4
II.2.1) Title
Lot 4 - Electrical Design
II.2.2) Additional CPV code(s)
71320000
71321000
71322000
71322500
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL1
UKL24
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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:
2 x 12 month extension.
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
itt_87965
Lot No: 5
II.2.1) Title
Lot 5 - Mechanical & Electrical Tunnel Systems Design
II.2.2) Additional CPV code(s)
71320000
71311220
71322000
71322500
71530000
71321000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL1
UKL24
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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:
2 x 12 month extension.
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
itt_87966
Lot No: 6
II.2.1) Title
Lot 6 - Minor Structure Design
II.2.2) Additional CPV code(s)
71320000
44210000
71311220
71322000
71530000
71311000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL1
UKL24
Main site or place of performance:
North and Mid Wales
II.2.4) Description of the procurement
Qualification (SQuID) Technical and Commercial assessment will be undertaken.
Provisional Weighting 80% Technical / 20% Commercial
Maximum of 3 Number Suppliers per lot.
"Call off" Works Orders with mini competition, direct award and award procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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:
2 x 12 month extension.
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
itt_87967
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:
See tender documents for further information.
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.2.3) 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 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.
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:
2021/S 000-008733
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/08/2021
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:
13/08/2021
Local time: 12:00
Place:
e-TenderWales
Information about authorised persons and opening procedure:
Procurement officer is Aled Jones, NMWTRA. Opening procedure as stated in Volume 0 - Instructions to Suppliers.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=111429
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:111429)
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
21/06/2021