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

NMWTRA Highway Assets & Systems Design Framework Contract 2021

  • First published: 21 June 2021
  • Last modified: 21 June 2021
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

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-109925
Published by:
Cyngor Gwynedd
Authority ID:
AA0361
Publication date:
21 June 2021
Deadline date:
13 August 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 CPV: 71320000, 71320000, 71311220, 71322000, 71322500, 71530000, 42961200, 71320000, 45233294, 31000000, 71311220, 71322000, 71322500, 71320000, 31527260, 71311220, 71322000, 71530000, 71320000, 71321000, 71322000, 71322500, 71320000, 71311220, 71322000, 71322500, 71530000, 71321000, 71320000, 44210000, 71311220, 71322000, 71530000, 71311000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
71311220 Highways engineering services Civil engineering consultancy services
45233294 Installation of road signals Construction, foundation and surface works for highways, roads
31527260 Lighting systems Spotlights
42961200 Scada or equivalent system Command and control system
44210000 Structures and parts of structures Structural products

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

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:
23 April 2021
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Cyngor Gwynedd
Publication date:
21 June 2021
Deadline date:
13 August 2021 00:00
Notice type:
02 Contract Notice
Authority name:
Cyngor Gwynedd
Publication date:
09 November 2021
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cyngor Gwynedd

About the buyer

Main contact:
aledgwilymjones@nmwtra.org.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.