Opportunity

Procurement of iDNO at Bro Tathan

  • Welsh Government

F02: Contract notice

Notice reference: 2022/S 000-005149

Published 24 February 2022, 1:15pm



The closing date and time has been changed to:

8 April 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

Email

CPSProcurementadvice@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement of iDNO at Bro Tathan

Reference number

C299/2021/2022

two.1.2) Main CPV code

  • 45231400 - Construction work for electricity power lines

two.1.3) Type of contract

Works

two.1.4) Short description

Note. This is a Works and Services contract.

The Welsh Government (the Employer) is seeking to appoint an Independent Distribution Network Operator to carry out three workstreams at the Bro Tathan Business Park. The workstreams are:

(1) Design, Build, Finance and Operate a new High Voltage Power Connection to the Welsh Government owned Bro Tathan Site.

(2) Undertake works to design and construct HV and LV diversions within the Bro Tathan Business Park to provide electricity supply to existing and proposed development sites.

(3) Until such time that the private networks are replaced, provide ongoing maintenance, management and operation of the existing private wire network including management of commercial arrangements with onsite tenants.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 65000000 - Public utilities
  • 65300000 - Electricity distribution and related services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31320000 - Power distribution cables
  • 31321300 - High-voltage cable
  • 45315400 - High voltage installation work
  • 45231400 - Construction work for electricity power lines
  • 45232200 - Ancillary works for electricity power lines
  • 45232220 - Substation construction work
  • 45232221 - Transformer substation
  • 51112100 - Installation services of electricity distribution equipment
  • 65310000 - Electricity distribution
  • 65320000 - Operation of electrical installations

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Bro Tathan

St Athan

Vale of Glamorgan

CF62 4AF

two.2.4) Description of the procurement

Note. This is a Works and Services contract.

The Welsh Government (the Employer) is seeking to appoint an Independent Distribution Network Operator to carry out three workstreams at the Bro Tathan Business Park. The workstreams are:

(1) Design, Build, Finance and Operate a new High Voltage Power Connection to the Welsh Government owned Bro Tathan Site.

(2) Undertake works to design and construct HV and LV diversions within the Bro Tathan Business Park to provide electricity supply to existing and proposed development sites.

(3) Until such time that the private networks are replaced, provide ongoing maintenance, management and operation of the existing private wire network including management of commercial arrangements with onsite tenants.

Further detail is included within the procurement documents.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

There is an option to extend the Contract by a further 24 months

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Refer to Tender Documentation

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

two.2.14) Additional information

Further detail is included within the procurement documents.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

A candidate eligible to participate must be an iDNO.

Further detail is included within the procurement documents.

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.2.3) 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

Competitive dialogue

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 001-006723

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

25 March 2022

Local time

4:00pm

Changed to:

Date

8 April 2022

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 April 2022

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Further detail is included within the procurement documents.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=118880

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:

Under the terms of this contract, the successful supplier will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Bidders are invited, in particular, to offer commitments in relation to new employment opportunities, opportunities for skills development and opportunities for SMEs and contributing to apprenticeships, training and education and promoting the circular economy through engagement with their supply chain and assuring supply chain payments.

(WA Ref:118880)

The buyer considers that this contract is suitable for consortia.

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