Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

SWTRA Road Electrical and Technology Maintenance Contract 2024

  • First published: 26 September 2023
  • Last modified: 26 September 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-127328
Published by:
Neath Port Talbot County Borough Council
Authority ID:
AA0274
Publication date:
26 September 2023
Deadline date:
03 November 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

See II.2.4) Description of the Procurement CPV: 50230000, 32500000, 32552120, 32571000, 32572000, 32573000, 34924000, 34928500, 34928510, 34970000, 34971000, 34990000, 34991000, 34992000, 34992100, 34993100, 38120000, 42995100, 45230000, 45232311, 45316110, 45316200, 50000000, 50232100, 50232200, 50300000, 50312600, 50312610, 50312620, 50330000, 50334400, 50532000, 50532200, 50532300, 50532400, 50710000, 51110000, 51120000, 51130000, 63712700, 90640000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Neath Port talbot Council

Civic Centre

Port Talbot

SA13 1PJ

UK

Contact person: Wayne Thomas

Telephone: +44 1639763928

E-mail: w.thomas3@npt.gov.uk

NUTS: UKL17

Internet address(es)

Main address: http://www.npt.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274

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/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SWTRA Road Electrical and Technology Maintenance Contract 2024

Reference number: NPT-1745

II.1.2) Main CPV code

50230000

 

II.1.3) Type of contract

Services

II.1.4) Short description

See II.2.4) Description of the Procurement

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32500000

32552120

32571000

32572000

32573000

34924000

34928500

34928510

34970000

34971000

34990000

34991000

34992000

34992100

34993100

38120000

42995100

45230000

45232311

45316110

45316200

50000000

50232100

50232200

50300000

50312600

50312610

50312620

50330000

50334400

50532000

50532200

50532300

50532400

50710000

51110000

51120000

51130000

63712700

90640000

II.2.3) Place of performance

NUTS code:

UKL17

UKL14

UKL15

UKL16

UKL18

UKL21

UKL22


Main site or place of performance:

Refer to Volume 0 of the ITT for full details.

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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:

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.

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: 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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 03/11/2023

Local time: 14:30

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 03/11/2023

Local time: 14:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Prior to end of contract period.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 http://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.

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

26/09/2023

Coding

Commodity categories

ID Title Parent category
32572000 Communications cable Communications equipment
32573000 Communications control system Communications equipment
32571000 Communications infrastructure Communications equipment
50334400 Communications system maintenance services Repair and maintenance services of line telephony and line telegraphy equipment
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
34990000 Control, safety, signalling and light equipment Miscellaneous transport equipment and spare parts
32552120 Emergency telephones Electrical apparatus for line telephony or line telegraphy
34991000 Field operating lights Control, safety, signalling and light equipment
90640000 Gully cleaning and emptying services Cleaning and sanitation services in urban or rural areas, and related services
34992100 Illuminated traffic signs Signs and illuminated signs
45316110 Installation of road lighting equipment Installation work of illumination and signalling systems
45316200 Installation of signalling equipment Installation work of illumination and signalling systems
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51120000 Installation services of mechanical equipment Installation services of electrical and mechanical equipment
51130000 Installation services of steam generators, turbines, compressors and burners Installation services of electrical and mechanical equipment
50312600 Maintenance and repair of information technology equipment Maintenance and repair of computer equipment
50312610 Maintenance of information technology equipment Maintenance and repair of computer equipment
50330000 Maintenance services of telecommunications equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
38120000 Meteorological instruments Navigational and meteorological instruments
50000000 Repair and maintenance services Other Services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50532400 Repair and maintenance services of electrical distribution equipment Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
50532300 Repair and maintenance services of generators Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532200 Repair and maintenance services of transformers Repair and maintenance services of electrical machinery, apparatus and associated equipment
50312620 Repair of information technology equipment Maintenance and repair of computer equipment
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
45232311 Roadside emergency telephone lines Ancillary works for pipelines and cables
34992000 Signs and illuminated signs Control, safety, signalling and light equipment
34971000 Speed camera equipment Traffic-monitoring equipment
34928510 Street-lighting columns Road furniture
34928500 Street-lighting equipment Road furniture
50232100 Street-lighting maintenance services Maintenance services of public-lighting installations and traffic lights
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
63712700 Traffic control services Support services for road transport
34970000 Traffic-monitoring equipment Miscellaneous transport equipment and spare parts
50232200 Traffic-signal maintenance services Maintenance services of public-lighting installations and traffic lights
34993100 Tunnel lighting Road lights
42995100 Tunnel washer Miscellaneous cleaning machines
34924000 Variable message signs Road equipment

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
26 September 2023
Deadline date:
03 November 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Neath Port Talbot County Borough Council
Publication date:
26 March 2024
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Neath Port Talbot County Borough Council

About the buyer

Main contact:
w.thomas3@npt.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.