Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 2920873732
E-mail: corporate.procurement@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
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
South East & Wales Demolition Framework
Reference number: ERFX1006340
II.1.2) Main CPV code
45111100
II.1.3) Type of contract
Works
II.1.4) Short description
This opportunity is to establish the South East and Wales Demolition Framework (the “Framework Agreement”), for those listed:
- Within the Invitation to Tender
- Within the Find a Tender Service (FTS) Contract Notice; and/or
- Schedule 3 of the Framework Agreement
(together the “Potential Employers”), for the supply of demolition project services (the "Services", as further described in the specifications found at Schedule 2 and Schedule 3 of theITT (the "Specifications")) by a number of framework contractors (the "Contractors").
As part of this opportunity, the County Council of the City and County of Cardiff (the “Contracting Authority”) will also be running a procurement for a call-off contract under Lot 6a of the Framework Agreement for the demolition of Aberthaw Power Station (the “Aberthaw Contract”) on behalf of the CCR Energy Limited ("CCR").
CCR Energy has now been registered as a private company limited by shares, incorporated in England and Wales under the Companies Act 2006 on 3 March 2022. CCR Energy has been established on behalf of the 10 Councils in connection with the acquisition of the former Aberthaw Power Station site and the subsequent demolition, remediation, masterplanning and ultimate redevelopment into an exemplar green energy generation park that is anticipated to include a tidal energy scheme; solar farm; on and offshore wind farms; battery storage; and a data centre.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – Demolition Works up to the value of 250,000.00GBP
II.2.2) Additional CPV code(s)
45111100
45111000
45110000
45111213
45111200
45262660
90650000
90722200
98391000
45112340
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Demolition and associated works up to the value of 250,000.00GBP per contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Contracting Authority may re-procure prior to the expiry of this iteration.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Lot No: 2
II.2.1) Title
Lot 2 – Demolition Works - 250,001.00GBP - 500,000.00GBP
II.2.2) Additional CPV code(s)
45110000
45111000
45111100
45111200
45111213
98391000
45112340
90722200
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Demolition and associated works between the values of 250,001.00GBP - 500,000.00GBP per contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Contracting Authority may re-procure the Framework prior to the expiry of this iteration.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Lot No: 3
II.2.1) Title
Lot 3 – Demolition Works - 500,001.00GBP - 1,000,000.00GBP
II.2.2) Additional CPV code(s)
45110000
45111000
45111100
98391000
45112340
90722200
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Demolition and associated works between the values of 500,001.00GBP - 1,000,000.00GBP per contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Contracting Authority may re-procure prior to the expiry of this iteration.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Lot No: 4
II.2.1) Title
Lot 4 – Demolition Works - 1,000,001.00GBP - 5,000,000.00GBP
II.2.2) Additional CPV code(s)
45110000
45111000
45111100
45112340
90722200
98391000
45100000
45111200
45111213
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Demolition and associated works between the values of 1,000,001.00GBP - 5,000,000.00GBP per contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This Framework may be re-procured prior to the expiry of this iteration.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Lot No: 5
II.2.1) Title
Lot 5 – Demolition Works - 5,000,001.00GBP - 10,000,000.00GBP
II.2.2) Additional CPV code(s)
45111000
45111100
45110000
98391000
45112340
90722200
45100000
45111213
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Demolition and associated works between the values of 5,000,001.00GBP - 10,000,000.00GBP per contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This Framework may be re-procured prior to the expiry of this iteration.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Lot No: 6
II.2.1) Title
Lot 6 – Demolition Works - 10,000,001.00GBP+
II.2.2) Additional CPV code(s)
45110000
45111000
45111100
45112340
90722200
98391000
45100000
45111200
45111213
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Demolition and associated works of 10,000,001GBP+ per contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework may be re-procured prior to the expiry of this iteration.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Lot No: 7
II.2.1) Title
Lot 6a – Demolition of Aberthaw Power Station Works Contract
II.2.2) Additional CPV code(s)
45111100
45111000
45110000
45262660
90650000
45100000
45111200
45111213
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
As part of this opportunity, the County Council of the City and County of Cardiff (the “Contracting Authority”) will also be running a procurement for a call-off contract under Lot 6a of the Framework Agreement for the demolition of Aberthaw Power Station (the “Aberthaw Contract”) on behalf of the CCR Energy Limited ("CCR").
Aberthaw Power Station is a coal fired power station located in Aberthaw, Vale of Glamorgan on the south coast of Wales (the ‘Site’). The site comprises buildings and other features associated with the Aberthaw B coal-fired power station. This was constructed in the late 1960s and opened in 1971, operating alongside Aberthaw A which was officially ‘opened’ in 1963. Aberthaw A operated until 1995 and was demolished by 1998, whilst Aberthaw B closed in March 2020. The Contract for demolition of Aberthaw Power Station is due to be awarded and for works to commence in 2023.
The Contractor shall enter into a ‘Fixed Price’ design and demolish Contract with CCR and undertake the works in compliance with the stated performance requirements and objectives described in this Scope. The project will involve the design, management and implementation of decontamination and demolition works to meet the CCR’s objectives at Aberthaw Power Station. The Contractor is to undertake duties as Principal Contractor and Principal Designer and is responsible for all design.
A number of stages of work may be required to fulfil the objectives as a single works package. Under the terms of Contract, the Contractor will be required to determine, design and implement the works that are required in order to deliver the Scope. The detailed requirements of the works are set out in the tender documentation. Accompanying drawings, records and details are provided within the Site Information.
The Contractor should note that they will be responsible for site security and asset management elements during the demolition works. These are outlined in detail but in summary these works will include maintenance of all drainage systems, operations of skimmers and interceptors, ongoing dewatering of basements and deep structures, monitoring of cooling water inlet and outlet systems (including off-shore CW structures), maintenance and repair of stack lighting and off-shore caisson lighting and operation of all associated asset management systems. Please refer to tender documentation for further information.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 42
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further twelve (12) months.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Lot No: 8
II.2.1) Title
Lot 7 – Site Clearance up to the value of 10,000,000.00GBP+
II.2.2) Additional CPV code(s)
45111213
45111200
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Site Clearance works up to the value of 10,000,000.00GBP+ per contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework may be re-procured prior to the expiry of this iteration.
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
II.2.14) Additional information
The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 42
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:
2022/S 000-029765
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/01/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
20/01/2023
Local time: 12:00
Place:
All tender documentation must be submitted on the Proactis Portal, a secure e-tendering portal in which all submissions are unable to be viewed until after the closing date and time.
Information about authorised persons and opening procedure:
Once the closing date and time has passed, the procurement officer will be able to view the submissions and check for compliance prior to undertaking the evaluation.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The Contracting Authority may re-procure this requirement prior to the expiry of this iteration.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please note that this ITT is issued by the Contracting Authority and further information on who can utilise the Framework is available within the Invitation to Tender.
The participating Potential Employers are:-
Blaenau Gwent County Borough Council;
Bridgend County Borough Council;
The County Council of the City of Cardiff;
Cardiff Capital Region (including any future Corporate Joint Committee and/or subsidiary or successor body/ies such as CCR Energy Limited);
Caerphilly County Borough Council;
Denbighshire County Borough Council;
Flintshire County Borough Council;
Monmouthshire County Council;
Merthyr Tydfil County Borough Council;
Neath Port Talbot County Borough Council;
Newport City Council;
Pembrokeshire County Council;
Powys County Council;
Rhondda Cynon Tâf County Borough Council;
Torfaen County Borough Council;
Vale of Glamorgan Council;
Wrexham County Borough Council;
In addition, the following contracting authorities may also utilise this framework -
Welsh Government and its sponsored bodies and legal entities (including companies) owned or controlled by it (for example (but without limitation) Transport for Wales, Natural Resources Wales, the National Library of Wales and Cardiff Airport). A list of the bodies falling within this category may be found at - https://gov.wales/register-devolved-public-bodies
Welsh Higher Education bodies
Welsh Further Education Colleges
NHS Local Health Boards and NHS Trusts in Wales
Welsh Housing Associations/registered social landlords
Welsh Local Authorities as described at: http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en
Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)
HM Inspectorate of Schools in Wales (Estyn)
Police and Crime Commissioners and Police Forces in Wales
Police Forces in Wales
Fire Authorities (including Fire and Rescue Services) in Wales
Transport for Wales and its subsidiaries
Canal and River Trust in Wales
Central government departments, to the extent that they are based in or operate in Wales
Agencies or sponsored bodies of the above central government bodies, to the extent that they are based in or operate in Wales,
Joint Ventures or collaborations between Welsh Local Authorities or any combination of the bodies listed above;
Any successors to any of the above bodies in the exercise of their statutory or public functions, including (without limitation), by reason of abolition, merger, boundary change, replacement or otherwise; Trusts, charities, social enterprises, mutuals and community interest companies.
Other public bodies exercising their functions in, or in relation to, Wales but not specifically referred to above.
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:
In accordance with the Framework Social Value Charter and Framework level commitments, as well as meeting Employers Project Specific Requirements at Call-Off.
(WA Ref:126356)
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
25/11/2022