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.

Contract Notice

A40 Llanddewi Velfrey to Penblewin Improvements - ECI Contractor

  • First published: 25 March 2016
  • Last modified: 25 March 2016

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-042381
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
25 March 2016
Deadline date:
22 April 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Welsh Government is seeking to appoint a contractor to carry out the design and construction of a 5km bypass comprising a 2.5km length of carriageway to the north of the village of Llanddewi Velfrey and a 2.5km section of bypass to the west of Ffynnon Wood, where the bypass would re-join the existing trunk road at Penblewin Rounabout. CPV: 45000000, 71300000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Welsh Government

Transport Procurement, CP2 Cathays Park

Cardiff

CF10 3NQ

UK

Economy, Skills and Natural Resources

Mr Richard Osborne

+44 2920826286

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

http://etenderwales.bravosolution.co.uk/web/login.shtml

http://etenderwales.bravosolution.co.uk/web/login.shtml
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Transport
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

A40 Llanddewi Velfrey to Penblewin Improvements - ECI Contractor

II.1.2(a))

Type of works contract

Unchecked box Checked box
Unchecked box

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

Llanddewi Velfrey and Penblewin, Pembrokeshire, South Wales



UKL14

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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)

The Welsh Government is seeking to appoint a contractor to carry out the design and construction of a 5km

bypass comprising a 2.5km length of carriageway to the north of the village of Llanddewi Velfrey and a 2.5km

section of bypass to the west of Ffynnon Wood, where the bypass would re-join

the existing trunk road at Penblewin Rounabout.

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=42381

II.1.6)

Common Procurement Vocabulary (CPV)

45000000
71300000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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

To develop the outline design, prepare the necessary statutory orders and EIA documentation, publish draft Orders (Key Stage 3) progress the project through the statutory process including Public Inquiry if required (Key Stage 4) and, if successful, then to undertake by agreement detailed design, construction and aftercare of the

project (Key Stage 6).

The ECI Contractor will refine their submitted Target Cost for the construction of the project during the Key Stages. The Target Cost is to be finally agreed with the Employer before award of the NEC ECC construction contract and commencement of construction.

Subject to further feasibility and the availability of funding and compliance with the Public Contracts Regulations 2015 there is the potential that the scope of this project could be extended to include design and construction of improvements to further sites along the A40 within 25 miles of the project location.

Award of this contract in no way entitles the successful tenderer to this additional scope and tenderers shall make absolutely no allowance for it in their tenders

5500000060000000
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 completion

 01-08-2016 02-06-2025

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company guarantees and/ or performance and/ or retention bonds may be required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment arrangements are to be in accordance with the NEC3 suite of Contract Conditions - ECC and PSC (as appropriate).

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

None specified, save that any consortia 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.

As set out in the Pre-Qualification Questionnaire (PQQ)

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.

As set out in the Pre-Qualification Questionnaire (PQQ)



As set out in the Pre-Qualification Questionnaire (PQQ)


III.2.3)

Technical capacity


As set out in the Pre-Qualification Questionnaire (PQQ)



As set out in the Pre-Qualification Questionnaire (PQQ)


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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 participate

56

Objective criteria for choosing the limited number of candidates

As set out in the Pre-Qualification Questionnaire (PQQ)

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

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

project_30445

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 247-448808 22-12-2015

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

 22-04-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 28-04-2016

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

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?

Yes



A40 Llanddewi Velfrey to Penblewin Improvements

VI.3)

Additional Information

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 Project_30445 and pqq_32091 within

the appropriate area.

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 the Organisation.

— 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 email address that was specified in the User Details section of the

Registration 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 must

not 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 left

your Organisation).

— Note: If your Organisation is already registered on the Platform then you must not make any additional

registration. Please contact the Helpdesk to gain access to the Platform.

— PQQs must be uploaded to the BravoSolution portal by 12 noon

How to find the PQQ:

— Once logged in you must click on ‘PQQs Open to all Suppliers'

— The etender references for this contract are: Project_30445 and PQQ_32091. 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 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 with

any 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: 32091)

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 Sell2Walesportal(www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Note: A previous PIN Notice (OJ 2015/S 247-448808 of 22-12-2015) has been published in relation to this scheme. Bidders should note however that the authority has reverted to use of the Restricted procedure in this matter.

Note: Bidders should note that in line with the Public Contracts Regulations 2015, the authority is making available its 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 Platform to request a copy of this information by post (or collection).

(WA Ref:42381)

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:

Part of the supplier's tender submission will set out how the supplier will implement Welsh Government policy in the area of Community Benefits. As with the successful supplier's other quality statements/ submission, its proposals for delivering Community Benefits will form a contractual commitment at contract conclusion.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

In line with the Public Contracts Regulations 2015

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 25-03-2016

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
71300000 Engineering services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

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:
richard.osborne@wales.gsi.gov.uk
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.