Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
Mountain Ash Southern Cross Valley Link.
Reference number: RCT/BS/S283/16
II.1.2)Main CPV code
45000000
II.1.3)Type of contract
Works
II.1.4)Short description:
Mountain Ash Southern Cross Valley Link.
II.1.5)Estimated total value
Value excluding VAT: 12 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
45213310
45221111
45221241
45233120
45233121
45210000
45000000
71500000
71520000
71521000
71540000
71541000
71320000
II.2.3)Place of performance
NUTS code: UKL15
Main site or place of performance:
Mountain Ash, Rhondda Cynon Taff.
II.2.4)Description of the procurement:
Rhondda Cynon Taf County Borough Council (RCT) is seeking to award a contract for the design and construction of a 2-way, 3 lane link road and road bridge extending from the Cwm Cynon Industrial Estate Access Road from the A4059 to the B4275 Miskin Road, Mountain Ash. RCT recognise this to be a key project which will improve accessibility and connectivity in an area where limited cross valley linkage causes significant congestion on the local and strategic transport network affecting all highway users, including commercial delivery services and public transport. The link road will be substantially formed by a new bridge crossing the Cynon Trail, River Cynon and a single railway line extending over a length of approximately 60 metres.
In addition to the new bridge, Miskin Road (B4275) will be improved for a length of approximately 385 metres along its one-way southbound section, to provide a 2-way full width road.
The contract will make provision for a break clause permitting RCT to terminate the contract without penalty at the conclusion of the completed design (Stage 4 Technical Design). The purpose of this clause is to act as a contingency against any delay or interruption to third party project funding.
In the event that the break clause is invoked, RCT will have unrestricted rights to use the Contractor's developed design and associated documentation in connection with the project.
The Buyer requires confirmation from the Tenderer that it is a Network Rail Approved Contractor (holds a Principal Contractor's Licence) or an undertaking that it will employ a Network Rail Approved Contractor for all works.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6)Estimated value
Value excluding VAT: 12 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 26/06/2017
End: 01/05/2020
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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:
Please see Tender documentation.
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
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
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 23/08/2017
IV.2.7)Conditions for opening of tenders
Date: 23/05/2017
Local time: 12:00
Place:
Valleys Innovation Centre, Navigation Park, Mountain Ash, Rhondda Cynon Taff, CF45 4SN.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=58668.
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:
Community Benefits details can be found in the Tender documentation.
(WA Ref:58668)
The buyer considers that this contract is suitable for consortia.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Any contract award will be conditional on the Contract being approved in accordance with the Council's internal procedures and the Council being generally able to proceed and will allow the statutory standstill period of a minimum of 10 calendar days to elapse before sending confirmation of contract award to the successful Tenderer.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
15/03/2017