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

A465 Heads of the Valleys Dualling Abergavenny - Hirwaun - Sections 5 and 6

  • First published: 27 July 2018
  • Last modified: 27 July 2018

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-083849
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
27 July 2018
Deadline date:
19 September 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Welsh Ministers (the "Contracting Authority") is seeking tenders for the design, construction, finance, operation and maintenance of Sections 5 and 6 of the A465 Trunk Road between Dowlais and Hirwaun (the "Project"). The Contracting Authority proposes to procure the Project through the Welsh Government's Mutual Investment Model ("MIM") a distinct model for procuring public private partnerships projects in Wales. The economic operator that is awarded the contract shall establish a single purpose project company ("Project Co") to deliver the Project. CPV: 45233100, 45233124, 45233126, 45221100, 45233139, 63712200, 71320000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

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

Access to the procurement documents is restricted. Further information can be obtained 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

A465 Heads of the Valleys Dualling Abergavenny - Hirwaun - Sections 5 and 6

II.1.2) Main CPV code

45233100

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Welsh Ministers (the "Contracting Authority") is seeking tenders for the design, construction, finance, operation and maintenance of Sections 5 and 6 of the A465 Trunk Road between Dowlais and Hirwaun (the "Project"). The Contracting Authority proposes to procure the Project through the Welsh Government's Mutual Investment Model ("MIM") a distinct model for procuring public private partnerships projects in Wales. The economic operator that is awarded the contract shall establish a single purpose project company ("Project Co") to deliver the Project.

II.1.5) Estimated total value

Value excluding VAT: 500 000 000.00  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

45233126

45221100

45233139

63712200

71320000

II.2.3) Place of performance

NUTS code:

UKL1


Main site or place of performance:

Abergavenny to Hirwaun

II.2.4) Description of the procurement

The Contracting Authority is seeking tenders for the Project which is being procured under MIM.

The design, construction, operation, maintenance and finance of improvement works to the A465 and new road construction as follows:

- 17.7km of predominantly on line upgrade of the A465 trunk road between Dowlais and Hirwaun from 3 lane single carriageway to dual 2 lane carriageway;

- approximately 2.2km off-line new road construction (1.4km from Hirwaun to Trewaun and 0.8km from Taff Fechan to Gurnos Farm);

- six full movement grade-separated junctions located at Hirwaun, Croesbychan, Baverstock, A470, Prince Charles Hospital and Dowlais;

- Construction of new structures, including: 35 widened or constructed bridges, 41 culverts and 40 retaining walls. The operation and maintenance network will comprise the new A465 trunk road between Dowlais and Hirwaun.

The Welsh Ministers will have a right to invest alongside one or more private sector equity providers. The Shareholders' Agreement (which has been uploaded with this notice) assumes the creation of a statutory corporation, referred to as 'WGCo', however in the event that a corporate vehicle is not used, the Welsh Ministers, or another such body as it may determine, may assume the role of WGCo. The Welsh Ministers have elected not to run a third party equity funding competition post selection of the successful economic operator. The Welsh Ministers reserve the right to take up to 20% of the total equity the balance of equity will be attributed to the developer.

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: 500 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 397

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: 3

Objective criteria for choosing the limited number of candidates:

Objective criteria for choosing the limited number of candidates: the Contracting Authority intends to invite three economic operators to participate in the dialogue.

The Contracting Authority shall invite three economic operators to participate in the competitive dialogue who have: submitted a compliant PQQ response; and

(a) gained a PASS in respect of the evaluation of each question in Part 2 of the PQQ carried out pursuant to Section 8.4 of the Descriptive Document (uploaded with this notice); and

(b) gained a PASS in respect of the evaluation of economic and financial standing carried out pursuant to Section 8.5 of the Descriptive Document; and

(c) gained a PASS in respect of the technical evaluation of Parts 3.3 to 3.7 of the PQQ carried out pursuant to Section 8.6 of the Descriptive Document; and

(d) following technical evaluation carried out by the Contracting Authority pursuant to Section 8.6.2 of the Descriptive Document, scored 4 or more out of 10 for each question in Part 3.8 of the PQQ; and

(e) achieved the highest combined weighted scores in respect of technical evaluation carried out pursuant to Section 8.6.2 of the Descriptive Document

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:

Information included within the tender 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

The Project Co shall be required to support the Contracting Authority's community benefits objectives.

Accordingly, Project Co shall be required to comply with community benefits conditions which will be included in the contract for the Project. For example, Project Co shall be required to secure the creation of a specific number of training opportunities in connection with the contract. In addition, Project Co shall be required to secure a specified percentage of employment opportunities for unemployed persons in connection with the contract.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

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.1.8) 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:

2017/S 171-349789

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

Date: 19/09/2018

Local time: 12:00

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

Date: 19/11/2018

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Candidates must register their expression of interest to gain access to the eTender Wales portal and procurement documents by requesting a Confidentiality Agreement (CA) from and returning it to Jane Williams via email to jane.williams1@gov.wales

Any questions relating to the CA should also be submitted to this email address.

The Contracting Authority is undertaking a competitive dialogue procedure in order to procure the contract for the design, build, finance, operation and maintenance of the A465 Heads of the Valleys Dualling Abergavenny - Hirwaun - Sections 5 (Dowlais to A470) and 6 (A470 to Hirwaun). Economic operators are asked to express their interest in the procurement by 14 September 2018 by submitting a completed PQQ response addressed to the Contracting Authority at Sell2Wales.

Further information on the requirements for the pre-qualification stage (including the evaluation of completed PQQ Responses) is set out in the Descriptive Document.

After the evaluation of each completed PQQ response, an invitation to participate in dialogue will be issued to three shortlisted economic operators (if sufficient compliant PQQ Responses are received).

The Contracting Authority reserves the right to make revisions to the documentation (including the PQQ and Descriptive Document) and/or the context, process, timing and structure of the procurement process at any time. No additional time in relation to submission deadlines will be granted, following notification of any such revision, unless expressly notified by the Contracting Authority.

Reference in this notice to Project Co carrying out works or services should be read as Project Co procuring those works and services are carried out.

If selected to proceed to the ITPD stage, economic operators will be required to sign a confidentiality and non-collusion letter with the Contracting Authority.

The Contracting Authority accepts no liability for any costs incurred by organisations or their advisers in responding to this notice or in this process. The Contracting Authority reserves the right in its absolute discretion to not proceed with the procurement.

The Contracting Authority may elect to discontinue or suspend the procurement at any time.

The Contracting Authority may do so without responsibility or liability to any interested party resulting from such decision not to proceed, discontinuation or suspension, including any liability for any costs or expenditure incurred by, or inconvenience caused.

Should the Contracting Authority require to discontinue or suspend the procurement, the Welsh Ministers will issue instructions regarding the expected duration of the suspension and other related matters.

The duration of the contract in II.2.7 represents the current working assumption of a 37 month construction period and a 30 year service period.

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=83849

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:

Full requirements are detailed in the procurement documents.

(WA Ref:83849)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Welsh Government

Cardiff

CF10 3NQ

UK

Telephone: +44 3000623300

Internet address(es)

URL: http://wales.gov.uk/?skip=1&lang=en

VI.5) Date of dispatch of this notice

25/07/2018

Coding

Commodity categories

ID Title Parent category
45221100 Construction work for bridges Construction work for bridges and tunnels, shafts and subways
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
71320000 Engineering design services Engineering services
45233126 Grade-separated junction construction work Construction, foundation and surface works for highways, roads
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
63712200 Highway operation services Support services for road transport
45233124 Trunk road construction work Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

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.

About the buyer

Main contact:
transportprocurement@gov.wales
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.