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 West Wales Regional Civil Engineering Contractors Framework

  • First published: 10 October 2022
  • Last modified: 10 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-122125
Published by:
Carmarthenshire County Council
Authority ID:
AA0281
Publication date:
10 October 2022
Deadline date:
18 November 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Carmarthenshire County Council in association with Ceredigion County Council, Neath Port Talbot County Borough Council, Pembrokeshire County Council and Swansea Council (‘the Councils’) wish to appoint suitably qualified Contractors for the delivery of civil engineering related construction projects across the region. The Framework consists of value-banded and geographical/regional lots for Civil Engineering Works as well as lots for Specialist Civils Works (e.g. Demolition, Public Lighting, Lining & Road Marking, Surfacing, Ground Investigations, Marine Works, Traffic Management). The Framework also includes county-specific lots for very small civil engineering resource services, up to 50,000 GBP in value. The Councils wish to encourage small and medium businesses to bid for a place on these particular lots. There are lot restrictions in place for these specific lots, as detailed in the tender documentation. CPV: 45000000, 45000000, 45200000, 45233000, 45233130, 45233100, 45233300, 45233310, 45233139, 45342000, 45232452, 45232451, 45232450, 45111240, 45262500, 45262520, 45262522, 45262680, 45262670, 45442121, 45442120, 45000000, 45200000, 45233000, 45233130, 45233100, 45233300, 45233310, 45233139, 45342000, 45232452, 45232451, 45232450, 45111240, 45262500, 45262520, 45262522, 45262680, 45262670, 45442121, 45442120, 45000000, 45233139, 45200000, 45233000, 45233130, 45233100, 45233300, 45233310, 45342000, 45232452, 45232451, 45232450, 45111240, 45262500, 45262520, 45262522, 45262680, 45262670, 45442121, 45442120, 45000000, 45200000, 45233000, 45233130, 45233100, 45233131, 45233300, 45233310, 45233210, 45230000, 45233139, 45000000, 45200000, 45233000, 45233130, 45233100, 45233300, 45233310, 45233139, 45342000, 45232452, 45232451, 45232450, 45111240, 45262500, 45262520, 45262522, 45262680, 45262670, 45442121, 45442120, 45000000, 45200000, 45233000, 45233130, 45233100, 45233131, 45233300, 45233210, 45233310, 45230000, 45233139, 45000000, 45200000, 45233000, 45233130, 45233100, 45233131, 45233300, 45233210, 45233310, 45230000, 45233139, 45000000, 45200000, 45233000, 45233130, 45233100, 45233131, 45233300, 45233210, 45233310, 45230000, 45233139, 45000000, 45200000, 45233000, 45233130, 45233100, 45233131, 45233300, 45233210, 45233310, 45230000, 45233139, 45000000, 45200000, 45233000, 45233130, 45233100, 45233131, 45233300, 45233210, 45233310, 45230000, 45233139, 45000000, 45111100, 45111000, 45110000, 45000000, 50232000, 50232100, 45000000, 45233221, 45233228, 45000000, 45233228, 45233200, 45233139, 45233210, 45233223, 45233251, 45233250, 45000000, 45111250, 71351500, 45000000, 98363000, 45000000, 63712700, 63712000, 34923000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK

Contact person: Adrian Harries

Telephone: +44 1267234567

E-mail: SWWRCECF@carmarthenshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: http://www.carmarthenshire.gov.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0281

I.1) Name and addresses

Cyngor Sir Ceredigion County Council

Canolfan Rheidol, Rhoddfa Padarn

Aberystwyth

SY23 3UE

UK

Telephone: +44 1545570881

E-mail: ymholiadau.caffael@ceredigion.gov.uk

NUTS: UKL14

Internet address(es)

Main address: http://www.ceredigion.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0491

I.1) Name and addresses

Neath Port Talbot County Borough Council

Civic Centre

Port Talbot

SA13 1PJ

UK

Telephone: +44 1639763929

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.1) Name and addresses

Pembrokeshire County Council

County Hall, Haverfordwest

Pembrokeshire

SA61 1TP

UK

Telephone: +44 1437775905

E-mail: nigel.morgan@pembrokeshire.gov.uk

Fax: +44 1437776510

NUTS: UKL14

Internet address(es)

Main address: http://www.pembrokeshire.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0255

I.1) Name and addresses

City & County of Swansea

Civic Centre

Swansea

SA1 3SN

UK

Telephone: +44 1792637242

E-mail: procurement@swansea.gov.uk

NUTS: UKL18

Internet address(es)

Main address: http://www.swansea.gov.uk/dobusiness

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0254

I.2) Joint procurement

The contract involves joint procurement

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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

South West Wales Regional Civil Engineering Contractors Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Carmarthenshire County Council in association with Ceredigion County Council, Neath Port Talbot County Borough Council, Pembrokeshire County Council and Swansea Council (‘the Councils’) wish to appoint suitably qualified Contractors for the delivery of civil engineering related construction projects across the region.

The Framework consists of value-banded and geographical/regional lots for Civil Engineering Works as well as lots for Specialist Civils Works (e.g. Demolition, Public Lighting, Lining & Road Marking, Surfacing, Ground Investigations, Marine Works, Traffic Management).

The Framework also includes county-specific lots for very small civil engineering resource services, up to 50,000 GBP in value. The Councils wish to encourage small and medium businesses to bid for a place on these particular lots. There are lot restrictions in place for these specific lots, as detailed in the tender documentation.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 13 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1A - Very Small Civil Engineering Resource Services in Pembrokeshire (Up to 50,000 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233300

45233310

45233139

45342000

45232452

45232451

45232450

45111240

45262500

45262520

45262522

45262680

45262670

45442121

45442120

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Pembrokeshire

II.2.4) Description of the procurement

Lot 1A will be for the provision of Very Small Civil Engineering Resource Services in Pembrokeshire, up to 50,000 GBP in value. The appointed contractors will supplement the Council's in-house direct labour workforce. The type of services might include general civil works, fencing, bricklaying, stone masonry, welding / metalwork, kerbing, bridge painting, concrete repairs, shuttering and emergency response works.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 1A, 1B, 1C and 1D, cannot also tender for any of Lots 2-11. Full details are provided in the tender documentation.

Lot No: 2

II.2.1) Title

Lot 1B - Very Small Civil Engineering Resource Services in Carmarthenshire (Up to 50,000 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233300

45233310

45233139

45342000

45232452

45232451

45232450

45111240

45262500

45262520

45262522

45262680

45262670

45442121

45442120

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Carmarthenshire

II.2.4) Description of the procurement

Lot 1B will be for the provision of Very Small Civil Engineering Resource Services in Carmarthenshire, up to 50,000 GBP in value. The appointed contractors will supplement the Council's in-house direct labour workforce. The type of services might include general civil works, fencing, bricklaying, stone masonry, welding / metalwork, kerbing, bridge painting, concrete repairs, shuttering and emergency response works.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 1A, 1B, 1C and 1D, cannot also tender for any of Lots 2-11. Full details are provided in the tender documentation.

Lot No: 3

II.2.1) Title

Lot 1C - Very Small Civil Engineering Resource Services in Neath Port Talbot & Swansea (Up to 50,000 GBP)

II.2.2) Additional CPV code(s)

45000000

45233139

45200000

45233000

45233130

45233100

45233300

45233310

45342000

45232452

45232451

45232450

45111240

45262500

45262520

45262522

45262680

45262670

45442121

45442120

II.2.3) Place of performance

NUTS code:

UKL17

UKL18


Main site or place of performance:

Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Lot 1C will be for the provision of Very Small Civil Engineering Resource Services in Neath Port Talbot and Swansea, up to 50,000 GBP in value. The appointed contractors will supplement the Councils' in-house direct labour workforce. The type of services might include general civil works, fencing, bricklaying, stone masonry, welding / metalwork, kerbing, bridge painting, concrete repairs, shuttering and emergency response works.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 1A, 1B, 1C and 1D, cannot also tender for any of Lots 2-11. Full details are provided in the tender documentation.

Lot No: 4

II.2.1) Title

Lot 1D - Very Small Civil Engineering Resource Services in Ceredigion (Up to 50,000 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233300

45233310

45233139

45342000

45232452

45232451

45232450

45111240

45262500

45262520

45262522

45262680

45262670

45442121

45442120

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Ceredigion

II.2.4) Description of the procurement

Lot 1D will be for the provision of Very Small Civil Engineering Resource Services in Ceredigion, up to 50,000 GBP in value. The appointed contractors will supplement the Council's in-house direct labour workforce. The type of services might include general civil works, fencing, bricklaying, stone masonry, welding / metalwork, kerbing, bridge painting, concrete repairs, shuttering and emergency response works.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 1A, 1B, 1C and 1D, cannot also tender for any of Lots 2-11. Full details are provided in the tender documentation.

Lot No: 5

II.2.1) Title

Lot 2A - Civil Engineering Works in Pembrokeshire (Up to 400,000 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233131

45233300

45233310

45233210

45230000

45233139

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Pembrokeshire

II.2.4) Description of the procurement

Lot 2A will be for the provision of Civil Engineering Works in Pembrokeshire, up to 400,000 GBP in value.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 6

II.2.1) Title

Lot 2B - Civil Engineering Works in Carmarthenshire (Up to 400,000 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233131

45233300

45233210

45233310

45230000

45233139

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Carmarthenshire

II.2.4) Description of the procurement

Lot 2B will be for the provision of Civil Engineering Works in Carmarthenshire, up to 400,000 GBP in value.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 7

II.2.1) Title

Lot 2C - Civil Engineering Works in Neath Port Talbot & Swansea (Up to 400 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233131

45233300

45233210

45233310

45230000

45233139

II.2.3) Place of performance

NUTS code:

UKL17

UKL18


Main site or place of performance:

Neath Port Talbot and Swansea

II.2.4) Description of the procurement

Lot 2C will be for the provision of Civil Engineering Works in Neath Port Talbot and Swansea, up to 400,000 GBP in value.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 8

II.2.1) Title

Lot 2D - Civil Engineering Works in Ceredigion (Up to 400 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233131

45233300

45233210

45233310

45230000

45233139

II.2.3) Place of performance

NUTS code:

UKL14


Main site or place of performance:

Ceredigion

II.2.4) Description of the procurement

Lot 2D will be for the provision of Civil Engineering Works in Ceredigion, up to 400,000 GBP in value.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 9

II.2.1) Title

Lot 3 - Civil Engineering Works All Areas (400,000 – 2,000,000 GBP)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233131

45233300

45233210

45233310

45230000

45233139

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea.

II.2.4) Description of the procurement

Lot 3 will be for the provision of Civil Engineering Works across the South West Wales region, of between 400,000 and 2,000,000 GBP in value.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 10

II.2.1) Title

Lot 4 - Civil Engineering Works All Areas (2,000,000 GBP +)

II.2.2) Additional CPV code(s)

45000000

45200000

45233000

45233130

45233100

45233131

45233300

45233210

45233310

45230000

45233139

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea.

II.2.4) Description of the procurement

Lot 4 will be for the provision of Civil Engineering Works across the South West Wales region, of 2,000,000 GBP or more in value.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 11

II.2.1) Title

Lot 5 - Demolition (All Areas)

II.2.2) Additional CPV code(s)

45000000

45111100

45111000

45110000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea

II.2.4) Description of the procurement

Lot 5 will be for the provision of demolition related works across the South West Wales region.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 12

II.2.1) Title

Lot 6 - Public Lighting (All Areas)

II.2.2) Additional CPV code(s)

45000000

50232000

50232100

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea

II.2.4) Description of the procurement

Lot 6 will be for the provision of Public Lighting related works across the South West Wales region.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 13

II.2.1) Title

Lot 7 - Lining & Road Marking (All Areas)

II.2.2) Additional CPV code(s)

45000000

45233221

45233228

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea

II.2.4) Description of the procurement

Lot 7 will be for the provision of Lining and Road Marking and associated works across the South West Wales region.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 14

II.2.1) Title

Lot 8 - Surfacing (All Areas)

II.2.2) Additional CPV code(s)

45000000

45233228

45233200

45233139

45233210

45233223

45233251

45233250

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea

II.2.4) Description of the procurement

Lot 8 will be for surfacing and related works across the South West Wales region.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 15

II.2.1) Title

Lot 9 - Ground Investigations (All Areas)

II.2.2) Additional CPV code(s)

45000000

45111250

71351500

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea

II.2.4) Description of the procurement

Lot 9 will be for ground investigation and associated services across the South West Wales region.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 16

II.2.1) Title

Lot 10 - Marine Works excluding Coastal (All Areas)

II.2.2) Additional CPV code(s)

45000000

98363000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea

II.2.4) Description of the procurement

Lot 10 will be for the provision of Marine Works (excluding coastal works) across the South West Wales region. The requirements will include all specialist marine works such as inspection, refurbishment and repair works to all underwater, confined spaces and marine structures.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

Lot No: 17

II.2.1) Title

Lot 11 - Traffic Management Services (All Areas)

II.2.2) Additional CPV code(s)

45000000

63712700

63712000

34923000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18


Main site or place of performance:

Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire and Swansea

II.2.4) Description of the procurement

Lot 11 will be for the provision of Traffic Management services across the South West Wales region.

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:

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: Yes

II.2.14) Additional information

Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of Lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

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: 50

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: 18/11/2022

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 21/11/2022

Local time: 10:00

Place:

Council Offices, Carmarthenshire

Information about authorised persons and opening procedure:

Officers from Regional Authorities

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

IMPORTANT TENDER INFORMATION

ETENDERWALES PORTAL - This procurement exercise will be conducted via the eTenderWales portal. To assist you in locating these opportunities on the eTenderWales portal, the project codes are: Lots 1A-D - project_51233 and Lots 2A-11 - project_50553.

The projects comprise of one overarching Qualification Invitation to Tender (ITT), in addition to lot-specific ITTs. To constitute a valid tender, bidders are required to submit one completed overarching Qualification ITT AND A Lot-specific ITT(containing a Technical and Commercial Envelope) for EACH LOT they are tendering for. All tender documents such as the Framework Agreement, Instructions to Tenderers etc. are contained within the overarching Qualification ITT and the Lot-specific ITTs. Please also ensure you check the attachments area for any documents/ information which may assist you with your submission or you are required to upload as part of your submission as per information contained within the tender pack. To access the tender documents, please register your company on the eTenderWales portal at: www.etenderwales.bravosolution.co.uk

BUSINESS WALES EVENT - Business Wales will be facilitating a free live tender webinar specifically for those tendering for this Framework, to be held on 18/10/2022. Business Wales will offer advice and guidance on accessing the e-tender and submitting a bid. Registration is essential in order to reserve a place on the webinar. To register, please contact Business Wales on 01267 233749 or by email at: westwales@businesswales.org.uk

LOTS - Tenders may be submitted for one, or a number of Lots but there is a restriction on the combination of Lots that a Tenderer can apply for. The lotting restriction applies to Lots 1A-D. A Tenderer which tenders for any or all of Lots 2A-11, cannot also tender for any of lots 1A, 1B, 1C and 1D. Full details are provided in the tender documentation.

To ensure the resilience of the Framework throughout its term, the Region will be operating a reserve list of contractors. Further detail is provided in the Tender Documents.

OTHER PARTICIPATING BODIES - CWM Environmental (as a company - as defined by Section 1 the Companies Act 2006 - which is wholly owned by Carmarthenshire County Council), has an option to utilise the Framework but has made no commitment to the usage of the arrangement during its Term.

PREVIOUS PUBLICATION CONCERNING THIS PROCEDURE - A Prior Information Notice was published for this tender opportunity (Ref: 2022/S 022-122125). This Notice and the associated documentation can be viewed at - https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=JUL406040

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=124935

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:

Tenderers are required to complete the Community Benefit questions within the Technical Envelope of the Lot-specific Invitations to Tender. The Community Benefits Method Statement WILL BE EVALUATED AND SCORED for LOTS 3 and 4 ONLY as part of the tender process. However, at each Council’s discretion, Community Benefits may be included in Lots 2A-11 upon call-off (depending on the value and duration).

(WA Ref:124935)

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

06/10/2022

Coding

Commodity categories

ID Title Parent category
45262520 Bricklaying work Special trade construction works other than roof works
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45233223 Carriageway resurfacing works Construction, foundation and surface works for highways, roads
45000000 Construction work Construction and Real Estate
45233131 Construction work for elevated highways Construction, foundation and surface works for highways, roads
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45111100 Demolition work Demolition, site preparation and clearance work
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
98363000 Diving services Marine services
45232451 Drainage and surface works Ancillary works for pipelines and cables
45232450 Drainage construction works Ancillary works for pipelines and cables
45232452 Drainage works Ancillary works for pipelines and cables
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
45111250 Ground investigation work Demolition, site preparation and clearance work
45111240 Ground-drainage work Demolition, site preparation and clearance work
45233139 Highway maintenance work 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
45262500 Masonry and bricklaying work Special trade construction works other than roof works
45262522 Masonry work Special trade construction works other than roof works
45262670 Metalworking Special trade construction works other than roof works
45442120 Painting and protective-coating work of structures Application work of protective coatings
45442121 Painting work of structures Application work of protective coatings
45233251 Resurfacing works Construction, foundation and surface works for highways, roads
34923000 Road traffic-control equipment Road equipment
45233221 Road-surface painting work Construction, foundation and surface works for highways, roads
50232100 Street-lighting maintenance services Maintenance services of public-lighting installations and traffic lights
63712000 Support services for road transport Support services for land transport
45233228 Surface coating construction work Construction, foundation and surface works for highways, roads
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
45233250 Surfacing work except for roads Construction, foundation and surface works for highways, roads
63712700 Traffic control services Support services for road transport
45233200 Various surface works Construction, foundation and surface works for highways, roads
45262680 Welding Special trade construction works other than roof works
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
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:
28 July 2022
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Carmarthenshire County Council
Publication date:
10 October 2022
Deadline date:
18 November 2022 00:00
Notice type:
02 Contract Notice
Authority name:
Carmarthenshire County Council
Publication date:
09 March 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Carmarthenshire County Council

About the buyer

Main contact:
SWWRCECF@carmarthenshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.