Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Newport City Council
Civic Centre
Newport
NP20 4UR
UK
Contact person: Anthony E Morris
Telephone: +44 1633420456
E-mail: Anthony.morris@newportnorse.co.uk
NUTS: UKL21
Internet address(es)
Main address: www.newport.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0273
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://etenderwales.bravosolution.co.uk
Additional information can be obtained from another address:
Newport Norse Ltd
Telford Depot, Telford Street
Newport
NP19 0ES
UK
Contact person: Maxine White
Telephone: +44 1633240456
E-mail: Maxine.white@newportnorse.co.uk
NUTS: UKL21
Internet address(es)
Main address: http://property.services@newportnorse.co.uk
Address of the buyer profile: http://newportnorse.co.uk
Tenders or requests to participate must be sent electronically to:
http://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:
http://etenderwales.bravosolution.co.uk
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
Repair and Restoration of the Transporter Bridge, Newport, South Wales
Reference number: 18-1-1007
II.1.2) Main CPV code
45220000
II.1.3) Type of contract
Works
II.1.4) Short description
The provision of full engineering repair services for the Repair and Restoration of the Transporter Bridge
II.1.5) Estimated total value
Value excluding VAT:
6 400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45220000
II.2.3) Place of performance
NUTS code:
UKL21
Main site or place of performance:
Transporter Bridge, Brunel Street, Newport. NP20 2JY
II.2.4) Description of the procurement
Open OJEU tender via etenderwales website portal. Returned submissions via portal by the deadline. ESPD document assessed first to confirm suitability. Second stage will be assessed on the Most Economical Advantageous Tender (MEAT).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Cost criterion: Price
/ Weighting: 80%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
03/05/2021
End:
29/07/2022
This contract is subject to renewal: No
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
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:
European Single Procurement Document (ESPD)to be completed and returned with the 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
The Council believes that the selection of the right contractor is paramount in ensuring the works are expertly carried out to meet the requirements in the tender documents, and to achieve this, the tender will be evaluated on a price and quality basis
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.1.8) 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:
23/07/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
22/10/2020
IV.2.7) Conditions for opening of tenders
Date:
23/07/2020
Local time: 14:00
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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=101977
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
It is the Client’s intention that the delivery of this Contract assists in the achievement of its policies on sustainable development and economic and social regeneration. Accordingly, the Contractor is required to deliver community benefits and (targeted recruitment and training TR&T) opportunities to the Client. You will need to confirm your acceptance to apply community benefits (with the assistance of the Client Officer) to this project.
(WA Ref:101977)
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
04/06/2020