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

Newport Transporter Bridge Repair, Restoration and Visitor Centre Construction - Development Phase

  • First published: 04 February 2019
  • Last modified: 04 February 2019

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-089324
Published by:
Newport City Council
Authority ID:
AA0273
Publication date:
04 February 2019
Deadline date:
04 March 2019
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tender (and its constituent Lots) sets out the requirements for the commissioning of an Architectural Design Team (Visitor centre), Conservation Engineering Design Team (Bridge Repair & restoration), Conservation Engineering Contractor, and Visitor centre Building Contractor. The Consultant commissions will comprise of full design team services for the delivery of the Visitor Centre, any proposed interface with the existing Grade 1 Listed Bridge Structure and the repairs to the existing Grade 1 Listed Bridge Structure. The commission will be for these services up to RIBA Stage 4. Two separate contractors (one for the Visitor centre and One for the Bridge Repair and Restoration)will be appointed to the pre-construction phase to work with each design team to provide a deliverable solution in line with the outline budget. This work will form part of a Round 2 application to the Heritage Lottery Fund (HLF) for the construction Phase of the Newport Transporter Bridge project. CPV: 71250000, 71220000, 71320000, 45210000, 45220000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Newport City Council

Civic Centre

Newport

NP20 4UR

UK

Contact person: Anthony Morris

Telephone: +44 1633240412

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.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 another address:

Newport Norse Limited

Telford depot, Telford Street,

Newport

NP19 0ES

UK

Contact person: Anthony Morris

Telephone: +44 1633240412

E-mail: anthony.morris@newportnorse.co.uk

NUTS: UKL21

Internet address(es)

Main address: www.newport.gov.uk

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

Newport Transporter Bridge Repair, Restoration and Visitor Centre Construction - Development Phase

II.1.2) Main CPV code

71250000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This tender (and its constituent Lots) sets out the requirements for the commissioning of an Architectural Design Team (Visitor centre), Conservation Engineering Design Team (Bridge Repair & restoration), Conservation Engineering Contractor, and Visitor centre Building Contractor.

The Consultant commissions will comprise of full design team services for the delivery of the Visitor Centre, any proposed interface with the existing Grade 1 Listed Bridge Structure and the repairs to the existing Grade 1 Listed Bridge Structure. The commission will be for these services up to RIBA Stage 4. Two separate contractors (one for the Visitor centre and One for the Bridge Repair and Restoration)will be appointed to the pre-construction phase to work with each design team to provide a deliverable solution in line with the outline budget. This work will form part of a Round 2 application to the Heritage Lottery Fund (HLF) for the construction Phase of the Newport Transporter Bridge project.

II.1.5) Estimated total value

Value excluding VAT: 9 000 000.00  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

Architectural Design Team for Visitor Centre - Development Phase

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKL21

II.2.4) Description of the procurement

This brief sets out the requirements for the commissioning of an Architectural Team. The commission will comprise of full design team services for the delivery of the Visitor Centre and any proposed interface with the existing Grade 1 Listed Bridge Structure. The commission will be for these services up to RIBA Stage 4. At the same time a contractor will be appointed to the pre-construction phase to work with the design team to provide a deliverable solution in line with the outline budget. Once this commission has been completed it will form part of the part of a Round 2 application to the Heritage Lottery Fund (HLF) for the Newport Transporter Bridge project.

Should the Round 2 application be successful then it is expected that the Architectural Team will novate to the building contractor for the delivery phase.

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

Start: 30/04/2019

End: 20/12/2019

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

Lot No: 2

II.2.1) Title

Conservation Engineering Design - Bridge Repair & Restoration - Development Phase

II.2.2) Additional CPV code(s)

71320000

II.2.3) Place of performance

NUTS code:

UKL21

II.2.4) Description of the procurement

This brief sets out the requirements for the commissioning of a Conservation Engineering Team. The commission will comprise of full design team services for the delivery of the repairs and alterations to the current bridge structure and associated buildings and structures. The Conservation Engineer will need to work with the Visitor Centre Architect to ensure that the transition/interface between the Visitor Centre and with the existing Grade 1 Listed Bridge Structure is as seamless as possible.

The commission will be for these services up to RIBA Stage 4. At the same time a specialist contractor will be appointed to the pre-construction phase to work with the engineering design team to provide a deliverable solution in line with the outline budget. Once this commission has been completed it will form part of the part of a Round 2 application to the Heritage Lottery Fund (HLF) for the Newport Transporter Bridge project.

Should the Round 2 application be successful then it is expected that the Conservation Engineering Team will novate to the bridge repair contractor for the delivery phase.

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

Start: 30/04/2019

End: 20/12/2019

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

Lot No: 3

II.2.1) Title

Pre-Construction Building Contractor, Visitor Centre - Development Phase

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKL21

II.2.4) Description of the procurement

A first stage tender is being sought for the employment of a Building Contractor for the delivery of the Visitor Centre and any proposed interface with the existing Grade 1 Listed Bridge Structure.

A separate procurement exercise is being undertaken to commission a specialist Conservation Contractor to undertake the specialist repairs to the existing Grade 1 Listed Bridge Structure.

The intention of the first stage tender is to provide the basis upon which to appoint a Contractor who will work together with all Visitor Centre Design team and stakeholders in delivering the project for Newport City Council and HLF. The Contractor will be expected to participate fully in the pre-construction phase with the aim of reducing risk in the construction phase of the project.

The contractor will be appointed to the pre-construction phase to work with the Visitor Centre design team to provide a deliverable solution in line with the outline budget. Once this commission has been completed it will form part of the part of a Round 2 application to the Heritage Lottery Fund (HLF) for the Newport Transporter Bridge project.

Should the Round 2 application be successful then it is expected that the Architectural Team will novate to the contractor for the delivery phase following the agreement of the Stage Two Tender.

The second stage process will be to confirm the appointment of the contractor, to enter into a construction contract, to set a contract sum and to finalise the details of the project programme.

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

Start: 30/04/2019

End: 20/12/2019

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

Lot No: 4

II.2.1) Title

Pre-Construction Conservation Contractor Transporter Bridge Repair & Restoration

II.2.2) Additional CPV code(s)

45220000

II.2.3) Place of performance

NUTS code:

UKL21

II.2.4) Description of the procurement

A first stage tender is being sought for the employment of a Specialist Engineering Contractor for the repair and restoration of the Transporter bridge Structure and ancillary buildings/structures relating to the existing Grade 1 Listed Bridge Structure.

A separate procurement exercise is being undertaken to commission a building contractor to construction the visitor centre and the interface with the existing Grade 1 Listed Bridge Structure.

The intention of the first stage tender is to provide the basis upon which to appoint a Contractor who will work together with all Bridge repair and Restoration Design team and stakeholders in delivering the project for Newport City Council and HLF. The Contractor will be expected to participate fully in the pre-construction phase with the aim of reducing risk in the construction phase of the project.

The contractor will be appointed to the pre-construction phase to work with the Bridge repair and Restoration Design team to provide a deliverable solution in line with the outline budget. Once this commission has been completed it will form part of the part of a Round 2 application to the Heritage Lottery Fund (HLF) for the Newport Transporter Bridge project

Should the Round 2 application be successful then it is expected that the Engineering Design Team will novate to the contractor for the delivery phase following the agreement of the Stage Two Tender.

The second stage process will be to confirm the appointment of the contractor, to enter into a construction contract, to set a contract sum and to finalise the details of the project programme.

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

Start: 30/04/2019

End: 20/12/2019

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.1.2) 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.1.8) 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: 04/03/2019

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: 25/04/2019

IV.2.7) Conditions for opening of tenders

Date: 04/03/2019

Local time: 13:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

1) Register your company on the etenderwales portal (this is only required once):

— browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk

— click the “Suppliers register here” link,

— agree to the terms and conditions and click “continue”,

— enter your correct business and user details,

— note the username you chose and click “Save” when complete,

— you will shortly receive an email with your unique password (please keep this secure).

2) Express an Interest in the Project:

— login to the portal with the username / password,

— click the “ITTs Open to All Suppliers” link (these are Pre-Qualification Questionnaires open to any registered supplier),

— click on the relevant Tender (project_41002 available from 31.1.2019) to access the content,

— click on the ITT code to access the content.

3. Responding to the tender:

— you can now choose to “Create Response” or “Decline to Respond” (please give a reason if declining),

— you can now use the “Messages” function to communicate with the buyer and seek any clarification,

— note the deadline for completion, then follow the onscreen instructions to complete the PQQ,

— there may be a mixture of online and offline actions for you to perform (there is detailed online help available).

If you require any further assistance use the online help, or the BravoSolution help desk is available Monday — Friday (8:00 am — 6:00 pm) on:

— email: help@bravosolution.co.uk

— phone: 0800 368 4850

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=82326

The Contracting Authority intends to include community benefit requirements in this contract for the following reason:

it is a requirement of Welsh Government Funding

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=89324

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:

As detailed in the tender documentation.

(WA Ref:89324)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Newport City Council

Civic Centre

Newport

NP20 4UR

UK

Telephone: +44 1633656656

Internet address(es)

URL: www.newport.gov.uk

VI.5) Date of dispatch of this notice

31/01/2019

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
45210000 Building construction work Works for complete or part construction and civil engineering work
71320000 Engineering design services Engineering services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work

Delivery locations

ID Description
1021 Monmouthshire and Newport

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:
04 February 2019
Deadline date:
04 March 2019 00:00
Notice type:
02 Contract Notice
Authority name:
Newport City Council
Publication date:
09 June 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Newport City Council

About the buyer

Main contact:
anthony.morris@newportnorse.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
05/02/2019 10:21
ESPD
Please note that an ESPD will be required to be submitted as part of the tender. A ESPD is included in the tender documents for completion.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.