Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
UK
Telephone: +44 1443
E-mail: purchasing@rctcbc.gov.uk
NUTS: UKL15
Internet address(es)
Main address: http://www.rctcbc.gov.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
Tylorstown Landslip Remediation Phase 4
Reference number: RCT/CE/S357/22
II.1.2) Main CPV code
45112000
II.1.3) Type of contract
Works
II.1.4) Short description
On Sunday 16th February 2020, Storm Dennis caused the Llanwonno Upper Tip to fail above the village of Tylorstown. Approximately 60,000m³ of material slipped down the valley, filling the valley bottom and diverting the course of the Afon Rhondda Fach.
Emergency works (referred to as Phases 1, 2 and 3 of the Tylorstown Landslip scheme) have been undertaken to remove the slipped material from the river and valley bottom.
Rhondda Cynon Taf County Borough Council is now proposing essential stabilisation and remediation works to ensure the colliery material within the Llanwonno Upper Tip is made safe, preventing future landslips such as the one that occurred in February 2020 and demonstrating that the relocated and remaining in-situ material can be regenerated for a beneficial end-use. To achieve this, the majority of the colliery material at Llanwonno Upper Tip will be excavated and transported along a haul road to a new location, referred to as the ‘Receptor Site’, next to Old Smokey.
II.1.5) Estimated total value
Value excluding VAT:
13 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45112000
II.2.3) Place of performance
NUTS code:
UKL15
Main site or place of performance:
Rhondda Fach. Tylorstown.
II.2.4) Description of the procurement
The proposed scheme will involve moving colliery material from the Llanwonno Upper Tip (donor site) to a new receptor site adjacent to Tylorstown Tip, otherwise known as Old Smokey tip. It will also provide for stabilisation and remediation works to the Llanwonno Upper Tip site and remaining material.
The overall site area totals circa 31 Ha and the main elements of the application contained within it are as follows:
Removal of material remaining within Llanwonno Upper Tip on the top of the hillside, amended drainage arrangements and landscaping of the area following the removal to stabillise the tip;
Reprofiling of the upper tip is to be undertaken utilising the in-situ landscape material (i.e. smoothing out the current landslip “bowl” to the proposed levels, with no interim storage of material needed), plus associated drainage and landscaping works;
Transportation of the material to be deposited on the nearby receptor site;
Profiling, drainage and landscaping of the receptor site.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Questions
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: No
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
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:
na
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.1.8) 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:
13/06/2022
Local time: 12:00
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/06/2022
Local time: 13:00
Place:
ETender Wales
Information about authorised persons and opening procedure:
ETender Wales
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NEC 4 - OPTION A will be used for this project.
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=116116
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:
Welsh Themes, Outcomes and Measures (TOMs)
(WA Ref:116116)
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
26/04/2022