Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Gwynedd Council
Uned Caffael / Corporate Procurement Unit,, Council Offices, Shire Hall Street,
Caernarfon
LL55 1SH
UK
Contact person: Jill Jones
Telephone: +44 1492564783
E-mail: jilljones@nmwtra.org.uk
NUTS: UKL12
Internet address(es)
Main address: www.gwynedd.gov.uk
Address of the buyer profile: http://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
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 Multi-Disciplinary Consultancy Framework 2018
II.1.2) Main CPV code
71300000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Consultancy Services
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
Commissions less than 25,000 GBP
II.2.2) Additional CPV code(s)
71311000
71300000
71311100
71311210
71312000
71313000
71320000
71322000
71322100
71322500
71332000
71333000
71334000
71521000
71541000
71600000
71631400
72315000
71242000
71244000
79994000
45243000
71400000
45246400
63712300
63712320
34993100
45221248
II.2.3) Place of performance
NUTS code:
UKL12
UKL11
UKL13
UKL23
UKL24
UKL1
Main site or place of performance:
North and Mid Wales Trunk Roads
II.2.4) Description of the procurement
Commissions shall be allocated to a Single Supplier with First and Second ranked suppliers in reserve (three number total). The Single Supplier shall be the Consultant with the highest overall quality/cost score and the reserves with the second and third highest respectively.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/09/2018
End:
07/09/2021
This contract is subject to renewal: Yes
Description of renewals:
Possible extension period of +1 year
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
Tenderers should ensure they are able to fulfull the full Scope of Services.
Lot No: 2
II.2.1) Title
Commissions greater than 25,000 GBP and less than 50,000 GBP
II.2.2) Additional CPV code(s)
71311000
71300000
71311100
71311210
71312000
71320000
71322000
71322100
71322500
71332000
71333000
71334000
71521000
71541000
71600000
71631400
72315000
71242000
71244000
79994000
45243000
71400000
45246400
63712300
63712320
34993100
45221248
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL24
UKL1
Main site or place of performance:
North and Mid Wales Trunk Road
II.2.4) Description of the procurement
Commissions will be allocated via one of the following procurement procedures:50% of Commissions will be issued to a Single Supplier with First and Second ranked suppliers in Reserve (Three total). The remaining 50% of Commissions will be via Quotation Procedure (Mini-Competition).
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/09/2018
End:
07/09/2021
This contract is subject to renewal: Yes
Description of renewals:
Possible extension of +1 year
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
Tenderers should ensure they are able to fulfill the full Scope of Services.
Lot No: 3
II.2.1) Title
Commssions greater than 50,000 GBP
II.2.2) Additional CPV code(s)
71311000
71300000
71311210
71311100
71312000
71313000
71320000
71322000
71322100
71322500
71332000
71333000
71334000
71521000
71541000
71600000
71631400
72315000
71242000
71244000
79994000
45243000
71400000
45246400
63712300
63712320
34993100
45221248
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL24
UKL1
Main site or place of performance:
North and Mid Wales Trunk Roads
II.2.4) Description of the procurement
Four Suppliers shall be awarded places on Lot 3 of the Framework, the allocation of works shall be via Quotation Procedure (Mini-Competition).
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
07/09/2018
End:
07/09/2021
This contract is subject to renewal: Yes
Description of renewals:
Possible extension of +1 Year
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
Tenderers should ensure they are able to fulfill the full Scope of Services
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
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.
Envisaged maximum number of participants to the framework agreement: 6
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:
2018/S 043-093994
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/07/2018
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: 2 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/07/2018
Local time: 12:00
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
Electronic invoicing will be accepted
Electronic payment 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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=82084
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:
Community Benefits requirements of this contract will be further detailed within the Tender Package: Volume 2, Section 4.4.
(WA Ref:82084)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Gwynedd Council
Uned Caffael / Corporate Procurement Unit,, Council Offices, Shire Hall Street,
Caernarfon
LL55 1SH
UK
Telephone: +44 1286679787
Internet address(es)
URL: www.gwynedd.gov.uk
VI.5) Date of dispatch of this notice
15/06/2018