CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Welsh Government |
TransportProcurement , CP2 Cathays Park |
Cardiff |
CF10 3NQ |
UK |
EST
Richard Osborne |
+44 2920826731 |
Richard.osborne@wales.gsi.gov.uk |
|
http://wales.gov.uk/?skip=1&lang=en
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0007
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
Transport |
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityEastern Bay Link - Queens Gate Roundabout to Ocean Way Roundabout - Commission for ECI Contractor |
II.1.2(a))
|
Type of works contract
|
 |
|
 |
|
 |
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Cardiff
UKL22 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
This project would see the construction of a dual carriageway that would improve access to Cardiff Bay, the Cardiff Central Enterprise Zone (CCEZ) from the M4 to the east of Cardiff and contribute to enhancing connections within the Cardiff City Region.
The proposed works involve the provision of a dual carriageway between Queens Gate Roundabout to the Ocean Way Roundabout to the east. Due to the current layout of an existing dockland access road, two level crossings and a railway line to the neighbouring Celsa site, the alignment will require a high skew bridge to accommodate these.
NOTE: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access eTenderwales, express your interest in this notice and access the tender documentation please visit https://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code 31447 within the appropriate area.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45220000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
2500000030000000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion19 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Welsh Government reserves the right to request parent company and/or other guarantees of performance and financial liability
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Interim Payments
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Any consortium, joint venture or group of suppliers must be jointly and severally liable for the contract.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
|
III.2.3)
|
Technical capacity
As required in the pre-qualification questionnaire.
As required in the pre-qualification questionnaire.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate5 |
|
Objective criteria for choosing the limited number of candidates
As defined in the pre qualification questionnaire.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 02-07-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 18-07-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
Welsh
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
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 on behalf of theOrganisation.
— Registration involves accepting a User Agreement, and providing basic information about your Organisationand 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 email address that was specified in the User Details section of theRegistration page.
— In order to log-in to the Platform please enter your Username and Password.
— Note: If you forget your Password then visit the homepage and click “Forgot your 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 mustnot register again.
— Please 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 (for example if they have leftyour Organisation).
— Note: If your Organisation is already registered on the Platform then you must not make any additionalregistration. Please contact the Helpdesk to gain access to the Platform.
— Tenders must be uploaded to the BravoSolution portal by 12:00 noon
How to find the ITT:
— Once logged in you must click on ‘ITTs Open to all Suppliers'.
— The etender references for this contract are: Project_28090 and PQQ_31447. Click on the title to accesssummary details of the contract. If you are still interested in expressing an interest, click the ‘Express an Interestbutton'. This will move the ITT from the ‘Open to all Suppliers' area to the ‘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 withany relevant documents in the ‘Attachments' area.
— Should you have any questions on the ITT, please use the ‘Messages' area to contact the buyer directly.
(WA Ref:6524)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intendsto procure following the Award date, and which the Contractor has not, before the date of this Contract, alreadyplanned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal(www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionateto the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits insupport of the authority's economic and social objectives. Accordingly, contract performance conditions mayrelate in particular to social and environmental considerations. The Community Benefits included in this contractare:
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits insupport of the authority's economic and social objectives. Accordingly, contract performance conditions mayrelate in particular to social and environmental considerations. The Community Benefits included in this contractare:
The Welsh Government is committed to contributing to the social, economic and environmental well-being of thewider community. Accordingly, the successful supplier will be expected to consider opportunities to recruit andtrain apprentices and long term economically inactive persons as part of their workforce to deliver this projectand pursue initiatives to ensure the potential benefits to the community are realised by the project.
The Welsh Government will require any direct or indirect community benefit associated with the project to berecorded.
(WA Ref:8933)
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.co.uk) 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:
to contribute to the social, economic and environmental well-being of the wider community. Accordingly, the Authority will explore proposals that deliver its social, economic and environmental sustainability objectives, including (but not limited to) opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this project In addition contract performance conditions may relate to social, economic and environmental considerations
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 02-06-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Parsons Brinkerhoff |
27-29 Cathedral Road, CP2 Cathays Park |
Cardiff |
CF11 9HA |
UK |
Russell Bennett |
+44 2920827016 |
R.Bennett@pbworld.com |
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Parsons Brinckerhoff |
27-29 Cathedral Road |
Cardiff |
CF11 9HA |
UK |
Russell Bennett |
+44 2920827016 |
R.Bennett@pbworld.com |
|
http://wales.gov.uk/?skip=1&lang=en |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Welsh Government |
Transport Procurement , CP2 Cathays Park |
Cardiff |
CF10 3NQ |
UK |
EST
Richard Osborne |
+44 2920826286 |
Richard.osborne@wales.gsi.gov.uk |
|
http://wales.gov.uk/?skip=1&lang=en |
|