Tender

West Midlands Metro Framework Agreement relating to the provision of Diversionary Utilities Works for Metro extensions or any Major Highways Schemes

  • West Midlands Combined Authority

F02: Contract notice

Notice identifier: 2022/S 000-008866

Procurement identifier (OCID): ocds-h6vhtk-03293d

Published 1 April 2022, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Combined Authority

16 Summer Lane

Birmingham

B19 3SD

Contact

Jessica Brydon

Email

Jessica.Brydon@place-group.com

Telephone

+44 7762417056

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://www.wmca.org.uk/

Buyer's address

https://wmca.bravosolution.co.uk/web/login.html

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://wmca.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://wmca.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

West Midlands Metro Framework Agreement relating to the provision of Diversionary Utilities Works for Metro extensions or any Major Highways Schemes

Reference number

A20212212

two.1.2) Main CPV code

  • 45233100 - Construction work for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

The West Midlands Combined Authority (WMCA) is developing further extensions to Midland Metro. Metro Line 1 has been in operation since 1999 and the Birmingham City Centre Extension (BCCE) has been open since May 2016.

WMCA is seeking to appoint a utility contractor to assist the utilities team to deliver the diversions in advance of the main works.

This ITT is for the formation of a framework for provision of Diversionary Utilities Works for Metro Extensions and any Major Highways Schemes.

The framework is split into two Lots:

• Lot 1 (Communications, Electricity and Gas infrastructure)

• Lot 2 (Water-Clean and Waste infrastructure)

The key requirements include but are not limited to:

• To assist the Utilities team to achieve delivery of all the specified project outcomes on time and in accordance with project specific requirements

• Work within complete understanding of all relevant standards, Codes of Practice, Health & Safety Legislation and provide general technical support to other disciplines

• Maintain good working relationships with Statutory Undertakers, key stakeholder groups, alliance project teams, suppliers, and sub-contractors

• Preparation of utility update reports

• Act as Principal Contractor for the advanced utility diversions

• Assist in organising and updating of utilities records and diversions.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 (Communications, Electricity and Gas infrastructure)

Lot 2 (Water-Clean and Waste infrastructure)

two.2) Description

two.2.1) Title

Lot 1 (Communications, Electricity and Gas Infrastructure)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The West Midlands Combined Authority (WMCA) is developing further extensions to Midland Metro. Metro Line 1 has been in operation since 1999 and the Birmingham City Centre Extension (BCCE) has been open since May 2016.

WMCA is seeking to appoint a utility contractor to assist the utilities team to deliver the diversions in advance of the main works.

This ITT is for the formation of a framework for provision of Diversionary Utilities Works for Metro Extensions and any Major Highways Schemes.

The framework is split into two Lots. This lot is Lot 1 (Communications, Electricity and Gas infrastructure).

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.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

At the end of the Initial Term WMCA may at its absolute discretion agree to extend the Framework Agreement for up to another two (2) years (“the First Extension”) and thereafter WMCA may at its absolute discretion agree to extend the Framework Agreement for up to a further two (2) years (“the Second Extension”).

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

Envisaged minimum number: 3

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Based on qualification and technical criteria as per the Selection Questionnaire and SQ letter.

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) Description

two.2.1) Title

Lot 2 (Water-Clean and Waste Infrastructure)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The West Midlands Combined Authority (WMCA) is developing further extensions to Midland Metro. Metro Line 1 has been in operation since 1999 and the Birmingham City Centre Extension (BCCE) has been open since May 2016.

WMCA is seeking to appoint a utility contractor to assist the utilities team to deliver the diversions in advance of the main works.

This ITT is for the formation of a framework for provision of Diversionary Utilities Works for Metro Extensions and any Major Highways Schemes.

The framework is split into two Lots. This lot is Lot 2 (Water-Clean and Waste Infrastructure).

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.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

At the end of the Initial Term WMCA may at its absolute discretion agree to extend the Framework Agreement for up to another two (2) years (“the First Extension”) and thereafter WMCA may at its absolute discretion agree to extend the Framework Agreement for up to a further two (2) years (“the Second Extension”).

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

Envisaged minimum number: 3

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Based on qualification and technical criteria as per the Selection Questionnaire and SQ letter.

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

List and brief description of conditions

As per tendering documentation

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

As per tendering documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

Envisaged maximum number of participants to the framework agreement: 12

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Framework Agreement shall run for a period of four (4) years. At the end of the 4 year term, WMCA may agree to extend the Framework Agreement for up to another two (2) years (“the First Extension”) and thereafter WMCA may agree to extend the Framework Agreement for up to a further two (2) years (“the Second Extension"), should there be an ongoing requirement for the utilities diversion works.

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

Date

3 May 2022

Local time

12:00pm

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

16 May 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

WC1A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

London

WC1A 2LL

Country

United Kingdom