Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000623300
E-mail: transportprocurement@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
A40 Llanddewi Velfrey to Redstones
II.1.2) Main CPV code
45233100
II.1.3) Type of contract
Works
II.1.4) Short description
The A40 is the main South Wales east-west route and is part of the European route E30 Trans-European Transport Network (TEN-T).
The Welsh Ministers (WM) require a Design and Build team to design and construct approximately 6.1km of new trunk road to the north of Llanddewi Velfrey and Narberth under the “A40 Llanddewi Velfrey to Redstone Cross Improvements Project”.
The scheme will also include a package of Active Travel and De-trunking works to the old A40 carriageway.
II.1.5) Estimated total value
Value excluding VAT:
50 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45233124
45221100
71320000
II.2.3) Place of performance
NUTS code:
UKL1
Main site or place of performance:
Pembrokeshire
II.2.4) Description of the procurement
Welsh Government intend to conduct the procurement through both a pre-qualification stage and a subsequent tender stage.
The Welsh Ministers (WM) require a Design and Build team to construct a new section of the A40 trunk road to the north of Llanddewi Velfrey and Narberth under the “A40 Llanddewi Velfrey to Redstone Cross Improvements Project” under an New Engineering Contract 4 (NEC4 Engineering and Construction Contract.)
The WM require the successful project team to take the preliminary design of two schemes, as noted in the draft Orders for the A40 Llanddewi Velfrey to Penblewin Improvements (published July / August 2019) and the A40 Penblewin to Redstone Cross Improvements (yet to be published), and undertake the detailed design, construction and aftercare of the project (Key Stage 6).
The scheme will include the detailed design and construction of approximately 6.1km of new trunk road carriageway, including approximately 3.9km of Wide Single 2+1 carriageway; the construction of one new roundabout and associated side road tie-ins; construction works associated with enlarging one roundabout and associated side road tie-ins; the construction of two new staggered T-junctions and associated side road tie-ins; construction of two new road over-bridges; the construction of ten new attenuation ponds; the creation of all necessary environmental mitigation and all other works required to satisfy the requirements of the Scope and agreements reached with landowners following Public Local Inquiries.
The scheme will also include a package of Active Travel and De-trunking works to the old A40 carriageway in Llanddewi Velfrey and in the vicinity of Redstone Cross. These proposals are complementary to the construction of the new trunk road and are required as part of the commitment by the WM to the Active Travel (Wales) Act 2013 and the Well-being of Future Generations (Wales) Act 2015. This element of the scheme will include narrowing carriageways to facilitate the provision of dedicated Active Travel routes; construction of formal crossing points across the de-trunked A40; reductions of speed limits along the de-trunked A40 to improve safety; community engagement and associated works to enhance the local communities of Llanddewi Velfrey and Redstone Cross.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
50 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 85
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Responses to the pre Qualification Questionnaires will be scored as stated in the PQQ documents. The highest scoring 5 submissions who score above the minimum threshold (as stated in the PQQ documents) will be invited to tender.
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the procurement documents
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
As stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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:
2020/S 021-045424
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/04/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
25/05/2020
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The authority is using eTenderwales to administer this procurement. This is a separate website and registration will be required. To access eTenderwales, express interest in this notice and access tender documentation.
E-Tender information:
Go to https://etenderwales.bravosolution.co.uk
The first person from your Organisation to use the Platform will be required to register.
Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
The User who performs the Registration becomes the Super User for the Organisation.
On registering on the Platform the Super User will select a Username and will receive a password.
The Password will be sent by e-mail to the address that was specified in the User Details section of the Registration page.
To log-in to the Platform enter your Username and Password.
Registration should only be performed once for each Organisation.
If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
Contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
Contact the Helpdesk immediately if you are unable to contact the Super User
If your Organisation is already registered on the Platform then you must not make any additional registration. Contact the Helpdesk to gain access to the Platform.
PQQs must be uploaded to BravoSolution portal by 12 noon
How to find the PQQ:
Once logged in, click on ‘PQQs Open to all Suppliers'
The etender references for this contract are: Project_ 44456 and PQQ_32962. Click on the title to access summary details of the contract. If you are still interested in expressing an interest, click the ‘Express an Interest button'. This will move the PQQ from the ‘Open to all Suppliers' area to ‘My PQQ's' on the home page.
You will then see the full details of the ITT in the qualification, technical and commercial envelopes along with any relevant documents in the ‘Attachments' area.
Should you have any questions on the ITT, use the ‘Messages' area to contact the buyer .
Note that Cardiff Council are assisting Welsh Government with administering the procurement within eTenderwales portal. This will make no material difference to the running of the portal - the 'Messages' area is to be used as normal. It is felt prudent however to notify bidders of this ensuring transparency as to the way the procurement is being run.
Bidders should note that in line with the PCR2015, the authority is making available procurement documents from publication of this notice. Further reference documents regarding the scheme are available on CD/ DVD. Bidders should use the "Messages" area of the portal to request a copy of this information by post (or collection).
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=100782
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:
As stated in the procurement documents
(WA Ref:100782)
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
16/03/2020