loading
  • GB-CF10 1EW Cardiff
  • 14.03.2018
  • Ausschreibung
  • (ID 2-291421)

Sustainable Transport Infrastructure Delivery Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.03.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen / Umweltverträglichkeitsstudie / Bauleitung, Objektüberwachung / Studien, Gutachten / Technische Ausrüstung / Objektplanung Ingenieurbauwerke / Bodenmechanik, Erd-/ Grundbau / Vermessung / Kontrolle, Monitoring / Immissionsschutz
    Sprachen Englisch, Walisisch
    Aufgabe
    Transport for Wales (TfW) is seeking to establish a framework of specialist rail civil contractors to provide engineering design, construction and maintenance services to enhance and maintain the rail services in Wales. The scope of call-offs from the framework may include:
    — Capital works to implement the South Wales Metro (https://gov.wales.topics/transport/public/metro/?lang=eng
    — Design and implementation of enhancements of the rail network in Wales and its borders with England; and,
    — Design and development of transport interchange between rail and other transport modes,
    — Ancillary works to stations, interchanges, carparks, roads and paths and other general construction work associated with rail enhancement/maintenance.
    Leistungsumfang
    Transport for Wales (TfW) is a wholly owned, not-for-profit company that was established to provide support and expertise to the Welsh Government in connection to transport projects in Wales.
    TfW is seeking to establish a framework of specialist rail civil contractors to provide engineering design, construction and maintenance services to enhance and maintain the rail service in Wales.
    The scope of call-offs from the framework may include:
    — Capital works to implement the South Wales metro (http://gov.wales/topics/transport/public/metro/?lang=en),
    — Design and implementation of enhancements of the rail network in Wales and its borders with England; and,
    — Design and development of transport interchange between rail and other transport modes,
    — Ancillary works to stations, interchanges, carparks, roads and paths and other general construction work associated with rail enhancement/maintenance.
    Services procured through the framework, particularly in relation to the implementation of the South Wales Metro, may be managed by the operator and development partner (currently being appointed under a separate procurement ref 2016/S 137-247785).
    Transport for Wales seeks to support and engage with SMEs throughout Wales and elsewhere. For this reason:
    — TfW intends to place contracts to a significant extent outside the framework directly through Sell2Wales, in particular where the contract value is not specialised and is below the threshold at which advertising in OJEU is required (currently GBP 4 551 513), although specialist rail work of any value may be awarded through the framework,
    — TfW will seek to maximise subcontracting opportunities for SMEs arising from the framework via subcontracting arrangements.
    Further detail on the scope of the framework is provided in the ITT documents.
    Adresse des Bauherren UK-CF10 1EW Cardiff
    TED Dokumenten-Nr. 50153-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Cardiff: Works for complete or part construction and civil engineering work

      2018/S 024-050153

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Transport for Wales
      Southgate House, Wood Street
      Cardiff
      CF10 1EW
      United Kingdom
      Contact person: Tamara Evans
      Telephone: +44 2921673434
      E-mail: MThLTEpBPD04bGpZZmtoZ2psXmdqJm9ZZF1r
      NUTS code: UKL

      Internet address(es):

      Main address: http://tfw.gov.wales

      Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://award.bravosolution.co.uk/tfw/web/login
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://award.bravosolution.co.uk/tfw/web/login
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: Operation and works associated with transport/rail infrastructure

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Sustainable Transport Infrastructure Delivery Framework

       

      II.1.2)Main CPV code
      45200000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      Transport for Wales (TfW) is seeking to establish a framework of specialist rail civil contractors to provide engineering design, construction and maintenance services to enhance and maintain the rail services in Wales. The scope of call-offs from the framework may include:

      — Capital works to implement the South Wales Metro (https://gov.wales.topics/transport/public/metro/?lang=eng

      — Design and implementation of enhancements of the rail network in Wales and its borders with England; and,

      — Design and development of transport interchange between rail and other transport modes,

      — Ancillary works to stations, interchanges, carparks, roads and paths and other general construction work associated with rail enhancement/maintenance.

       

      II.1.5)Estimated total value
      Value excluding VAT: 700 000 000.00 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)
      31620000
      34632000
      34632200
      34632300
      34922100
      34946000
      34946100
      34946120
      34990000
      34992200
      35262000
      45000000
      45100000
      45111000
      45111230
      45112000
      45210000
      45213312
      45213315
      45213320
      45213321
      45213322
      45221112
      45221113
      45221122
      45221213
      45221220
      45221242
      45223320
      45230000
      45232200
      45232220
      45232451
      45233000
      45233161
      45233221
      45234000
      45234100
      45234114
      45234115
      45234116
      45234121
      45234126
      45234140
      45262690
      45262700
      45314300
      45314310
      45316000
      45316200
      45340000
      48140000
      50200000
      50220000
      50225000
      50232200
      51511200
      51611120
      71000000
      71200000
      71210000
      71220000
      71311230
      71311300
      71313000
      71313450
      71315300
      71315400
      71320000
      71321000
      71322000
      71325000
      71350000
      71351000
      71351810
      71355000
      71631470
      72212140
      77211300
      77312000
      90700000
      90733500
      90742000
      90742100
      90742200
      90742300
      90742400
      90922000
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

       

      Works to and associated with the rail and transport network on the Wales Route network (predominantly in Wales, but may cross over to England as well).

       

      II.2.4)Description of the procurement:

       

      Transport for Wales (TfW) is a wholly owned, not-for-profit company that was established to provide support and expertise to the Welsh Government in connection to transport projects in Wales.

      TfW is seeking to establish a framework of specialist rail civil contractors to provide engineering design, construction and maintenance services to enhance and maintain the rail service in Wales.

      The scope of call-offs from the framework may include:

      — Capital works to implement the South Wales metro (http://gov.wales/topics/transport/public/metro/?lang=en),

      — Design and implementation of enhancements of the rail network in Wales and its borders with England; and,

      — Design and development of transport interchange between rail and other transport modes,

      — Ancillary works to stations, interchanges, carparks, roads and paths and other general construction work associated with rail enhancement/maintenance.

      Services procured through the framework, particularly in relation to the implementation of the South Wales Metro, may be managed by the operator and development partner (currently being appointed under a separate procurement ref 2016/S 137-247785).

      Transport for Wales seeks to support and engage with SMEs throughout Wales and elsewhere. For this reason:

      — TfW intends to place contracts to a significant extent outside the framework directly through Sell2Wales, in particular where the contract value is not specialised and is below the threshold at which advertising in OJEU is required (currently GBP 4 551 513), although specialist rail work of any value may be awarded through the framework,

      — TfW will seek to maximise subcontracting opportunities for SMEs arising from the framework via subcontracting arrangements.

      Further detail on the scope of the framework is provided in the ITT documents.

       

      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: 700 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      Option to extend the duration for up to two periods each of 12 months.

       

      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:

       

      Selection criteria as stated in 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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      Please refer to the ITT documents.

       

      III.2.3)Information about staff responsible for the performance of 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
      Framework agreement with several operators
      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
      Notice number in the OJ S: 2016/S 141-255030
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 14/03/2018
      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, Welsh
      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)
      IV.2.7)Conditions for opening of tenders
      Date: 14/03/2018
      Local time: 12:30
      Place:

       

      TfW offices in Cardiff.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      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:

       

      Tenderers must register their expression of interest to gain access to the AWARD e-sourcing portal and the Invitation to Tender (ITT) pack by completing a confidentiality agreement (CA)and returning it to TfW via email to MTdMTUtCPT45bWtaZ2xpaGttX2hrJ3BaZV5s

      The CA can be found in the additional documents section of this notice on Sell2Wales, or alternatively request a copy from TfW via email to MTRPUE5FQEE8cG5dam9sa25wYmtuKnNdaGFv

      Any questions relating to the CA should be submitted to TfW via email to MTJRUlBHQkM+cnBfbHFubXByZG1wLHVfamNx

      Tenders can be submitted in English or Welsh (with English translation).

      The framework will available to the following contracting authorities:

      — TfW,

      — The Welsh Ministers (Welsh Government),

      — TfW’s operator and development partner (ODP),

      — Local Authorities in Wales; and,

      — Bodies governed by public law within Wales as defined and itemised in Schedule 1 of the Public Contracts Regulations 2015.

      The framework may be utilised for project works primarily located anywhere within the boundaries of the Wales and borders rail service (which includes some areas of western England). See https://www.arrivatrainswales.co.uk/RouteMap/ for details of the current franchise.

      TfW will be holding a Supplier Event Day on:

      — Tuesday 13.2.2017,

      — The Metropole Hotel, Temple Street, Llandrindod Wells, Powys, LD1 5DY,

      — Registration and lunch from 12:15pm for a 1pm start,

      — Please register your attendees (no more than 2 attendees) by email to MjE3QkNBODM0L2NhUF1iX15hY1VeYR1mUFtUYg==

      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=76032

      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:

      Please refer to the procurement documents.

      (WA Ref:76032).

      The buyer considers that this contract is suitable for consortia.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      N/A
      N/A
      United Kingdom

      Internet address:http://tfw/gov/wales

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      01/02/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 05.02.2018
Zuletzt aktualisiert 05.02.2018
Wettbewerbs-ID 2-291421 Status Kostenpflichtig
Seitenaufrufe 54