Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Monmouthshire County Council
PPON PMQT-2889-YGXR
County Hall, Rhadyr
Usk
NP15 1GA
UK
Telephone: +44 1633644068
E-mail: philsutton@monmouthshire.gov.uk
NUTS: UKL21
Internet address(es)
Main address: http://www.monmouthshire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0277
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
Caldicot MUR Phase 1 - NEC Project Management Services for Construction
II.1.2) Main CPV code
71541000
II.1.3) Type of contract
Services
II.1.4) Short description
The Contracting Authority has developed plans for a new active travel route in Caldicot Castle Country Park, Monmouthshire, known as the Caldicot Multi User Route (MUR) Phase 1, that will create a strategic link in the local active travel network, creating multiple benefits for the local community, environment and economy.
The Contracting Authority required a Supplier to provide NEC Project Management services (Project Manager, Quantity Surveyor, Works Supervisor) for the tender and construction stages of the scheme.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
122 078.85
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL21
Main site or place of performance:
Caldicot Castle Country Park
II.2.4) Description of the procurement
The Contracting Authority has developed plans for a new active travel route in Caldicot Castle Country Park, Monmouthshire, known as the Caldicot Multi User Route (MUR) Phase 1, that will create a strategic link in the local active travel network, creating multiple benefits for the local community, environment and economy.
The Contracting Authority required a Supplier to provide NEC Project Management services (Project Manager, Quantity Surveyor, Works Supervisor) for the tender and construction stages of the scheme.
II.2.5) Award criteria
Price
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
Call off from SEWTAPS Framework (Held by ARDAL, Cardiff Council) for the reasons set out out below:
Urgency
-Time Constraints and Programme Risk. The project timetable is very tight to enable a construction tender process to start with sufficient time to not risk jeopardising funding, programme delivery and MCC reputation.
-Unavoidable and not Council-induced. Unavoidable delays have made a mini competition process unfeasible.
-Impact on forward programme. Appointed supplier's previous involvement in adjoining scheme means they possess detailed site-specific knowledge, including historical challenges and resolutions. A continuity of provision reduces familiarisation time and risk of miscommunication, ensuring more effective delivery, reducing risk of construction stage not meeting programme and funding deadlines.
Extension of existing services
-Technical Continuity and Compatibility. Appointed supplier previously delivered NEC PM services for adjoining scheme construction. Their familiarity with the site, construction history, and resolved issues ensures technical continuity. A change in supplier would risk incompatibility with existing processes, potentially causing disproportionate technical difficulties, delays and requiring reworking. Appointed supplier's continued involvement mitigates these risks.
-Established Partnership and Performance. Appointed supplier has built a strong and effective working relationship with MCC staff, demonstrated high-quality service, problem-solving capabilities, and proactive contract management. This relationship is an intangible asset and their continued involvement reduces time required for familiarization and MCC contractor management and risk of project progress slippage.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/02/2026
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WSP UK Ltd
70 Chancery Lane
London
WC2A 1AF
UK
NUTS: UKL22
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 122 078.85
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Award of contract via SEWTAPS Framework
(WA Ref:163638)
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
02/04/2026