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