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

South Wales Trunk Road Agent (SWTRA) – Highways & Structures Framework 2023

  • First published: 14 October 2022
  • Last modified: 24 October 2022

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-122191
Published by:
Neath Port Talbot County Borough Council
Authority ID:
AA0274
Publication date:
14 October 2022
Deadline date:
09 December 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 CPV: 45220000, 45220000, 45233000, 45233300, 45340000, 50232000, 45220000, 45233000, 45233300, 45340000, 50232000, 45220000, 45233000, 45233300, 45340000, 50232000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45340000 Fencing, railing and safety equipment installation work Building installation work
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
50232000 Maintenance services of public-lighting installations and traffic lights Repair, maintenance and associated services related to roads and other equipment

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

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:
14 October 2022
Deadline date:
09 December 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Neath Port Talbot County Borough Council
Publication date:
24 October 2022
Notice type:
14 Corrigendum
Authority name:
Neath Port Talbot County Borough Council
Publication date:
06 June 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Neath Port Talbot County Borough Council

About the buyer

Main contact:
procurement@npt.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
24/10/2022 10:10
Notice date(s) changed
IV.2.2) Time limit
Old date: 25/11/2022 14:00
New date: 09/12/2022 14:00

IV.2.7) Conditions for opening of tenders
Old date: 25/11/2022 14:00
New date: 09/12/2022 14:00

Valid extension request received and granted. The revised Tender Closing Date is now Friday 9th December 2022 (14:00hrs).

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.