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
Telephone: +44 1492564707
E-mail: karengrundy@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 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 Contractor Framework 2020
Reference number: CT02-24
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The North and Mid Wales Trunk Road Agent (NMWTRA) Contractor Framework is a framework to procure new construction works, improvement works, maintenance renewals, emergency works and supplier design through 'call off' Work Orders for the following construction activities:
Civil Engineering,
Highways & Structures,
Tunnels,
Environmental,
Geotechnical,
Coastal Engineering & Land Drainage
Town Centre Improvements,
Infrastructure Regeneration,
Walking and Cycling Schemes
Integrated Transport Schemes
Mechanical & Electrical Schemes
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
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
North & Mid Wales - Including Dual Carriageways (GBP0 - GBP5 million)
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL24
UKL1
Main site or place of performance:
North and Mid Wales including Powys & Ceredigion
II.2.4) Description of the procurement
1. Qualification (SQuID), Technical and Commercial assessment will be undertaken.
2. 6 Suppliers in Lot 1.
3 'Call off' Work Orders through competition (urgent works via direct award) procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Weighting
/ 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:
The Client intends to extend the Framework Period to utilise the 4-year term, unless there are exceptional circumstances to end the Framework at the end of the second or third year. For example, exceptional circumstances may be lack of resilience in Framework Lots due to insolvency of contractors in Lots.
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
North & Mid Wales - Including Dual Carriageways (GBP5 million - GBP30 million)
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKL1
UKL11
UKL12
UKL13
UKL23
UKL24
Main site or place of performance:
North & Mid Wales including Powys & Ceredigion
II.2.4) Description of the procurement
1. Qualification (SQuID), Technical and Commercial assessment will be undertaken.
2. 4 Suppliers in Lot 2.
3. 'Call off' Work Orders through competition procurement route only.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ 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:
The Client intends to extend the Framework Period to utilise the 4-year term, unless there are exceptional circumstances to end the Framework at the end of the second or third year. For example, exceptional circumstances may be lack of resilience in Framework Lots due to insolvency of contractors in Lots.
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
North Wales Works - Excluding Dual Carriageways (GBP0 - GBP1000000)
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
Main site or place of performance:
North Wales
II.2.4) Description of the procurement
1. Qualification (SQuID), Technical and Commercial assessment will be undertaken.
2. Up to 8 Suppliers in Lot 3.
3. 'Call off' Work Orders through competition (urgent works via direct award) procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ 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:
The Client intends to extend the Framework Period to utilise the 4-year term, unless there are exceptional circumstances to end the Framework at the end of the second or third year. For example, exceptional circumstances may be lack of resilience in Framework Lots due to insolvency of contractors in Lots.
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
Mid Wales - Excluding Dual Carriageways (GBP0 - GBP1000000)
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKL24
UKL1
Main site or place of performance:
Mid Wales (Powys & Ceredigion)
II.2.4) Description of the procurement
1. Qualification (SQuID), Technical and Commercial assessment will be undertaken.
2. Up to 8 Suppliers in Lot 4.
3. 'Call off' Work Orders through competition (urgent works via direct award) procurement routes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ 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:
The Client intends to extend the Framework Period to utilise the 4-year term, unless there are exceptional circumstances to end the Framework at the end of the second or third year. For example, exceptional circumstances may be lack of resilience in Framework Lots due to insolvency of contractors in Lots.
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.1.3) 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: 26
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:
2019/S 199-482559
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/02/2020
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: 24 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
28/02/2020
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please note that the North and Mid Wales Trunk Road Agent (NMWTRA) do not intend to hold a 'Buyers Event' relating to this Framework tender.
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=99009
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:
Delivering Community Benefits through the Framework Contract
i) NMWTRA are committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, while the requirement to do so will not be mandatory in the Framework Contract, NMWTRA would expect the successful Supplier to consider and agree Community Benefit opportunities and objectives to benefit the communities within North and Mid Wales through the term of the Framework Contract.
Delivering Community Benefits – Work Orders
i) The Client may consider and implement a ‘Core’ or ‘Non-core’ approach for Community Benefit opportunities and objectives in a Work Order, dependant on scope and value of a Work Order commissioned under this Framework Contract;
ii) The Client should consider a ‘Core’ approach for each Work Order in excess of 1m GBP, ‘where such benefits can be realised’.
iii) The requirements for Community Benefits will be defined in the Contract Data of each Work Order commissioned under this Framework Agreement.
(WA Ref:99009)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
17/01/2020