Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 8th Jul 2024

Tender Details
Referenceocds-h6vhtk-047b91
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodCompetitive procedure with negotiation
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 8th Jul 2024

Tender Details
Referenceocds-h6vhtk-047b91
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodCompetitive procedure with negotiation
Value-

Section I: Contracting authority

I.1) Name and addresses

RHONDDA CYNON TAF COUNCIL

2 Llys Cadwyn, Taff Street

Pontypridd

CF39 9BT

Contact

Kelly Joanne Smith

Email

purchasing [at] rctcbc.gov.uk

Telephone

+44 1443

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.rctcbc.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276

I.1) Name and addresses

Bridgend County Borough Council

Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street

Bridgend

CF31 4WB

Email

procurementteam [at] bridgend.gov.uk

Telephone

+44 1656642596

Country

United Kingdom

NUTS code

UKL17 - Bridgend and Neath Port Talbot

Internet address(es)

Main address

http://www.bridgend.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417

I.1) Name and addresses

Merthyr Tydfil County Borough Council

Civic Centre, Castle Street

Merthyr Tydfil

CF47 8AN

Email

procurement [at] merthyr.gov.uk

Telephone

+44 1685725000

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.merthyr.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0347

I.2) Information about 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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Procurement of a Strategic Partner for Consultancy of Core Engineering Services on behalf of Rhondda Cynon Taf, Bridgend and Merthyr Tydfil

Reference number

RCT/SP/R508/24

II.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

Three Local Authorities are all working together to procure a multi-disciplinary consultancy service for the delivery of Engineering Services: 1) Rhondda Cynon Taf County Borough Council; 2) Bridgend County Borough Council; and 3) Merthyr Tydfil County Borough Council (together “the Local Authorities”).

The services to be delivered under the Contract are:

Core Services – these are services that must be delivered under the Agreement:

1. Civil and Highway Engineering Consultancy

2. Transportation Consultancy

3. Ground and Water Management Consultancy

4. Site Supervision Consultancy

5. Geotechnical Consultancy

6. Structural Engineering Consultancy

7. Cost Consultancy / Quantity Surveyor Services

8. Project Management Services

9. Ecologist

Non-Core Services– these are services that may be delivered under the Agreement:

1. Archaeological and Cultural Heritage Consultancy

2. Master Planning / Urban Design

3. Architectural Design Services

4. Mechanical and Electrical Engineering Design Services

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71210000 - Advisory architectural services
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71311200 - Transport systems consultancy services
  • 71320000 - Engineering design services
  • 71300000 - Engineering services
  • 71311210 - Highways consultancy services
  • 71311220 - Highways engineering services
  • 71312000 - Structural engineering consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71324000 - Quantity surveying services
  • 71332000 - Geotechnical engineering services
  • 72224000 - Project management consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 90733700 - Groundwater pollution monitoring or control services
  • 71315210 - Building services consultancy services
  • 71521000 - Construction-site supervision services
  • 71351914 - Archaeological services
  • 71410000 - Urban planning services

II.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys
  • UKL17 - Bridgend and Neath Port Talbot

II.2.4) Description of the procurement

Description of the service

The services to be delivered under the Contract are:

Core Services – these are services that must be delivered under the Agreement:

1. Civil and Highway Engineering Consultancy

2. Transportation Consultancy

3. Ground and Water Management Consultancy

4. Site Supervision Consultancy

5. Geotechnical Consultancy

6. Structural Engineering Consultancy

7. Cost Consultancy / Quantity Surveyor Services

8. Project Management Services

9. Ecologist

Non-Core Services– these are services that may be delivered under the Agreement:

1. Archaeological and Cultural Heritage Consultancy

2. Master Planning / Urban Design

3. Architectural Design Services

4. Mechanical and Electrical Engineering Design Services

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

72

This contract is subject to renewal

Yes

Description of renewals

The Contract shall be for an initial 6 years commencing 1st April 2025 with the option to extend for a further period 4 years

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 6

II.2.10) Information about variants

Variants will be accepted: Yes

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.2.2) Contract performance conditions

Under the terms of this contract the successful supplier 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:

Further information can be obtained in the tender documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about the 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

8 August 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

16 September 2024

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Whilst not guaranteed, it is likely that the Authorities will re-procure for a similar replacement contract to become effective at the expiry of this contract. It is likely that such procurement will take place early 2033

VI.3) Additional information

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=142754

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:

RCT CBC is committed to delivering its well-being objectives through the provision of goods, works and services. RCT CBC has developed a number of Social Value Measures that bidders will be able to provide proposals against. Further information will be made available in the procurement documents available to those selected to tender.

(WA Ref:142754)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom