Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Neath Port Talbot County Borough Council
Civic Centre
Port Talbot
SA13 1PJ
UK
Contact person: Paul Duffin
Telephone: +44 1639763927
E-mail: procurement@npt.gov.uk
NUTS: UKL17
Internet address(es)
Main address: http://www.npt.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274
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
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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
South Wales Trunk Road Agent (SWTRA) – Highways & Structures Framework 2023
Reference number: NPT-1708
II.1.2) Main CPV code
45220000
II.1.3) Type of contract
Works
II.1.4) Short description
SWTRA has a statutory duty to maintain highways and associated structures within its area so that they are safe for use and fit for purpose. Whilst the Welsh Government is the Highway Authority for trunk roads in Wales, the day to day operation and management of the network is undertaken through delegation to SWTRA, managed and administered by Neath Port Talbot Council on the Welsh Government's behalf.
The current SWTRA geographic boundary lies between the Severn Bridge in the East, Milford Haven in the West and extends northwards, through Fishguard as far as the Ceredigion County boundary, Carmarthen, Llandeilo, Llandovery, Merthyr Tydfil, Abergavenny and Monmouth.
This framework is for maintenance and improvement works to highways and structures and all related assets including the soft estate and trunk road and motorway depots for three individual regions of the SWTRA area, namely, the Eastern, Central and Western regions.
In addition to the Council and SWTRA, the following local authorities also have the ability to utilise the Framework:
- Carmarthenshire County Council
- Monmouthshire County Council
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
West Region
II.2.2) Additional CPV code(s)
45220000
45233000
45233300
45340000
50232000
II.2.3) Place of performance
NUTS code:
UKL17
Main site or place of performance:
The West Region of the South Wales Trunk Road Agent from M4 J49 (including J49) West covering Carmarthenshire and Pembrokeshire including the A483, A48, A40, A4076, A487, A477.
II.2.4) Description of the procurement
See Tender Documentation
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the Framework for a further period of up to 12 months.
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
Central Region
II.2.2) Additional CPV code(s)
45220000
45233000
45233300
45340000
50232000
II.2.3) Place of performance
NUTS code:
UKL17
Main site or place of performance:
The Central Region of the road network will include M4 J32 – J49, A470, A48, A465, A4060 and A4232.
II.2.4) Description of the procurement
See Tender Documentation
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the Framework for a further period of up to 12 months.
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
East Region
II.2.2) Additional CPV code(s)
45220000
45233000
45233300
45340000
50232000
II.2.3) Place of performance
NUTS code:
UKL17
Main site or place of performance:
The Eastern area of the road network will include M4 J32 – 2nd Severn Crossing, J2 – J23, A449, A40, A466, A48, A465, A4042, A48(M).
II.2.4) Description of the procurement
See Tender Documentation
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
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Option to extend the Framework for a further period of up to 12 months.
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
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: 3
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:
25/11/2022
Local time: 14:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/11/2022
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Prior to the expiry of the Framework
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
Instructions:
Register your company on the etenderwales portal (this is required only once. However if your details have changed since you registered
you will need to up-date them).
- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk
- Click the 'Suppliers register here' link.
- Complete the 'Organisation Details' and 'User Details' sections.
- Note the username you choose and click 'Save' when complete.
- You will shortly receive an email with your unique password (please keep this secure).
- Agree to the terms and conditions and click 'continue'.
2. Express an interest in the ITT.
- Login to the portal with the username / password.
- Click the 'ITT Open to all Suppliers’ link.
- Click on the relevant ITT to access the content (itt_95487).
- Click the 'Express Interest' button on the right-hand side of the screen.
- This will move the ITT into your 'My ITTs'. (This is a secure area reserved for your projects only).
- Click on the ITT code, you can now access any attachments by selecting 'Buyer Attachments'.
3. Responding to the ITT.
- You can now choose to 'Respond' 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, and then follow the onscreen instructions to complete the ITT.
- There may be a combination of online & offline actions for you to perform (there is detailed online help available Monday - Friday (8am -
6pm) on: help@bravosolution.co.uk (phone: 0800 368 485)
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=122191
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:
Please see Tender Documentation
(WA Ref:122191)
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
14/10/2022