Section one: Contracting authority
one.1) Name and addresses
CWM Environmental Ltd
Head Office, Nantycaws Recycling Centre
Carmarthen
SA32 8BG
Contact
Malcolm Knight
malcolm.knight@greenwoodprojects.com
Telephone
+44 1267225520
Country
United Kingdom
NUTS code
UKL14 - South West Wales
Internet address(es)
Main address
http://www.cwmenvironmental.co.uk
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA74219
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.dropbox.com/scl/fo/r6yxaictto59uu4zphl7m/h?rlkey=19zz9pf24f1oh0jx0n8x6mdcn&dl=0
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.sell2wales.gov.wales
one.4) Type of the contracting authority
Other type
Limited Company
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CWM ENVIRONMENTAL LIMITED - PROPOSED MATERIALS RECOVERY FACILITY
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The design and construction of a new MRF building, external storage bays and associated works.
two.1.5) Estimated total value
Value excluding VAT: £4,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45213270 - Construction works for recycling station
two.2.3) Place of performance
NUTS codes
- UKL14 - South West Wales
Main site or place of performance
CWM Environmental Ltd
Land at the Nantycaws Recycling Centre
Llanddarog Road
Nantycaws
Carmarthen
SA32 8BG
two.2.4) Description of the procurement
Open public procurement using JCT Design and Build Contract
2016 Edition (DB 2016).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
6 May 2024
End date
2 December 2024
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Appendix C of the Tender Documentation for the Quality Questionnaire. This is a mandatory tender requirement.
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 February 2024
Local time
12:00pm
Changed to:
Date
28 February 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 February 2024
Local time
12:00pm
Place
Greenwood Projects Limited
Holy Oak Farm
Upton Snodsbury
Worcester
WR7 4NH
Information about authorised persons and opening procedure
To be opened by Malcolm Knight in the presence of Rachael Thornelow.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The tender documents can be accessed via Dropbox on the below link:
https://www.dropbox.com/scl/fo/r6yxaictto59uu4zphl7m/h?rlkey=19zz9pf24f1oh0jx0n8x6mdcn&dl=0
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=137892.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
We will ask the main contractor to provide local training initiatives. It is the main contractor's responsibility to provide details of a training initiative that they are capable of delivering.
(WA Ref:137892)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom