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 & Mid Wales Regional Civil Engineering Services Framework 2025

  • First published: 25 October 2024
  • Last modified: 25 October 2024

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-142695
Published by:
Carmarthenshire County Council
Authority ID:
AA0281
Publication date:
25 October 2024
Deadline date:
06 December 2024
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, Powys County Council and Swansea Council (‘the Councils’) wish to appoint suitably qualified Consultant Engineers who will provide a full range of civil engineering design related services across the Region. The Framework will consist of two lots, one for Specialist Consultancy Services and one for Multi-Disciplinary Services. CPV: 71300000, 71000000, 71300000, 71310000, 71311000, 71311100, 71311200, 71311210, 71311220, 71311300, 71312000, 71313000, 71320000, 71330000, 71340000, 71350000, 71400000, 71500000, 71600000, 71700000, 71800000, 71900000, 73000000, 90710000, 90720000, 90730000, 90731000, 90732000, 90733000, 90733700, 71240000, 71322100, 71322500, 71332000, 71354500, 71355000, 71351810, 90522000, 71000000, 71310000, 71311000, 71311100, 71311200, 71311210, 71311220, 71311300, 71312000, 71313000, 71320000, 71330000, 71340000, 71350000, 71400000, 71500000, 71600000, 71700000, 71800000, 71900000, 73000000, 90710000, 90720000, 90730000, 90731000, 90732000, 90733000, 90733700, 71240000, 71322100, 71322500, 71332000, 71354500, 71355000, 71351810, 90522000.

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: raharries@carmarthenshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: https://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

Carmarthenshire County Council

County Hall

Carmarthen

SA31 1JP

UK

Telephone: +44 1267234567

E-mail: crcorporateprocurement@carmarthenshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: https://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 1437764551

E-mail: procurement@pembrokeshire.gov.uk

NUTS: UKL14

Internet address(es)

Main address: https://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

Powys County Council

County Hall

Llandrindod Wells

LD1 5LG

UK

Telephone: +44 01597826000

E-mail: commercialservices@powys.gov.uk

NUTS: UKL24

Internet address(es)

Main address: https://en.powys.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

I.1) Name and addresses

Swansea Council

Civic Centre

Swansea

SA1 3SN

UK

Telephone: +44 1792637242

E-mail: procurement@swansea.gov.uk

NUTS: UKL18

Internet address(es)

Main address: https://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 & Mid Wales Regional Civil Engineering Services Framework 2025

II.1.2) Main CPV code

71300000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Carmarthenshire County Council in association with Ceredigion County Council, Neath Port Talbot County Borough Council, Pembrokeshire County Council, Powys County Council and Swansea Council (‘the Councils’) wish to appoint suitably qualified Consultant Engineers who will provide a full range of civil engineering design related services across the Region.

The Framework will consist of two lots, one for Specialist Consultancy Services and one for Multi-Disciplinary Services.

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

Specialist Consultancy Services

II.2.2) Additional CPV code(s)

71000000

71310000

71311000

71311100

71311200

71311210

71311220

71311300

71312000

71313000

71320000

71330000

71340000

71350000

71400000

71500000

71600000

71700000

71800000

71900000

73000000

90710000

90720000

90730000

90731000

90732000

90733000

90733700

71240000

71322100

71322500

71332000

71354500

71355000

71351810

90522000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18

UKL24


Main site or place of performance:

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

II.2.4) Description of the procurement

The Framework will include a lot for specialist consultancy services such as ecology, structural surveys, landscaping, hydrology, street-lighting design etc., for commissions up to a value of 50,000 GBP.

The Councils wish to encourage Small & Medium Businesses within the Region to bid for a place on this Lot.

Please refer to the tender documentation for more details of the types of services required in this Lot.

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 for up to a further 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

II.2.14) Additional information

There are restrictions in place for this lot. Tenders may be submitted for one or both Lots, however, Tenderers will only be awarded a place on one Lot. Tenderers will be required to specify their preferred Lot should they submit successful bids for both Lots. Full details are outlined in the tender documentation.

Lot No: 2

II.2.1) Title

Multi-Disciplinary Services

II.2.2) Additional CPV code(s)

71000000

71300000

71310000

71311000

71311100

71311200

71311210

71311220

71311300

71312000

71313000

71320000

71330000

71340000

71350000

71400000

71500000

71600000

71700000

71800000

71900000

73000000

90710000

90720000

90730000

90731000

90732000

90733000

90733700

71240000

71322100

71322500

71332000

71354500

71355000

71351810

90522000

II.2.3) Place of performance

NUTS code:

UKL14

UKL17

UKL18

UKL24


Main site or place of performance:

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

II.2.4) Description of the procurement

The Framework will include a lot for Multi-Disciplinary Services in sectors such as highways, structures and transportation engineering to include project management, technical advice, design, technical surveys, construction management and management of 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: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further 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

II.2.14) Additional information

There are restrictions in place for this lot. Tenders may be submitted for one or both Lots, however, Tenderers will only be awarded a place on one Lot. Tenderers will be required to specify their preferred Lot should they submit successful bids for both Lots. Full details are outlined 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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-028546

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/12/2024

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

IV.2.7) Conditions for opening of tenders

Date: 09/12/2024

Local time: 10:00

Place:

Carmarthenshire County Council Offices

Information about authorised persons and opening procedure:

Carmarthenshire County Council Officers

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

OTHER PARTICIPATING BODIES - In addition to the named authorities, any other subsidiary company wholly or partially owned by the Employer or the other participating local authorities, have an option to utilise the Framework but have made no commitment to the usage of the Framework during its Term.

LOTS - There are restrictions in place for the lots. Tenders may be submitted for one or both Lots, however, Tenderers will only be awarded a place on one Lot. Tenderers will be required to specify their preferred Lot should they submit successful bids for both Lots. Full details of restrictions are provided in the tender documentation.

RESERVE CONSULTANTS - To ensure the resilience of Lot 2 of the Framework throughout its term, the Employer will be operating a reserve list of consultants. Further detail is provided in the tender documentation.

BUSINESS WALES TENDER SUPPORT - Business Wales will be hosting a free 'Live-Tender Webinar' specifically for those tendering for this Framework, to be held on 01/11/2024 (10.30am – 1:00pm). Business Wales can 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 01656 868500 or by email at: trading@businesswales.org

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 code is: project_56733. This tender is comprised of one main Invitation to Tender (ITT) under this project, itt_111457, in addition to lot-specific ITTs. TO CONSITUTE A VALID TENDER, TENDERERS ARE REQUIRED TO SUBMIT ONE COMPLETED ITT (111457) AND A LOT-SPECIFIC INVITATION TO TENDER (ITT) (CONTAINING A TECHNICAL AND COMMERCIAL ENVELOPE) FOR THE LOT THEY ARE BIDDING FOR. All tender documents such as the Framework Agreement, Instructions to Tenderers etc. are all contained within itt_111457 and the Lot-specific ITTs. Tenderers should also check the attachments area for any documents/ information which may assist them with their submission or they are required to upload as part of their 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

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=144650

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:

Consultants appointed to Lot 2 of the Framework will be expected to deliver community benefits to support the Employer's economic and social objectives. Community Benefits will not apply to Lot 1. More information is included in the tender documentation.

(WA Ref:144650)

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

25/10/2024

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71500000 Construction-related services Architectural, construction, engineering and inspection services
71310000 Consultative engineering and construction services Engineering services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
71320000 Engineering design services Engineering services
71300000 Engineering services Architectural, construction, engineering and inspection services
71322500 Engineering-design services for traffic installations Engineering design services for the construction of civil engineering works
71350000 Engineering-related scientific and technical services Engineering services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
90710000 Environmental management Environmental services
90720000 Environmental protection Environmental services
71332000 Geotechnical engineering services Miscellaneous engineering services
90733700 Groundwater pollution monitoring or control services Services related to water pollution
71311210 Highways consultancy services Civil engineering consultancy services
71311220 Highways engineering services Civil engineering consultancy services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
71340000 Integrated engineering services Engineering services
71900000 Laboratory services Architectural, construction, engineering and inspection services
71354500 Marine survey services Map-making services
71330000 Miscellaneous engineering services Engineering services
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
90730000 Pollution tracking and monitoring and rehabilitation Environmental services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
73000000 Research and development services and related consultancy services Research and Development
90731000 Services related to air pollution Pollution tracking and monitoring and rehabilitation
90732000 Services related to soil pollution Pollution tracking and monitoring and rehabilitation
90733000 Services related to water pollution Pollution tracking and monitoring and rehabilitation
90522000 Services relating to contaminated soil Radioactive-, toxic-, medical- and hazardous waste services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71355000 Surveying services Engineering-related scientific and technical services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
71351810 Topographical services Geological, geophysical and other scientific prospecting services
71311200 Transport systems consultancy services Civil engineering consultancy services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1024 Powys
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:
06 September 2024
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Carmarthenshire County Council
Publication date:
25 October 2024
Deadline date:
06 December 2024 00:00
Notice type:
02 Contract Notice
Authority name:
Carmarthenshire County Council

About the buyer

Main contact:
raharries@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.