Section one: Contracting authority
one.1) Name and addresses
West Midlands Combined Authority
16 Summer Lane
Birmingham
B19 3SD
Telephone
+44 3453036760
Country
United Kingdom
NUTS code
UKG3 - West Midlands
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://wmca.bravosolution.co.uk
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
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
Other activity
Public Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Dudley Interchange
Reference number
2020-02444
two.1.2) Main CPV code
- 45213311 - Bus station construction work
two.1.3) Type of contract
Works
two.1.4) Short description
TfWM (Transport for West Midlands), part of the WMCA (West Midlands Combined Authority), is looking to source a suitable contractor to undertake the design and build of the new Dudley Interchange project.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
Main site or place of performance
Dudley, West Midlands
two.2.4) Description of the procurement
Dudley town centre is currently benefitting from some major projects as part of a four-year regeneration programme including the following:
• Dudley Transport Interchange - a combined Metro and Bus Interchange facility with improved accessibility, waiting facilities, ticketing and cycle parking.
TfWM (Transport for West Midlands), part of the WMCA (West Midlands Combined Authority), is looking to source a suitable contractor to undertake the design and build of the new Dudley Interchange project.
The Works are to be undertaken on the basis of an NEC3 Option A Design & Build contract with associated Z clauses and this tender process is to obtain market prices for the Works. Following that it is expected that a detailed review of contract cost is carried out to confirm that it is within the approved budget prior to the letting of the contract. The expected start on site is in February 2022.
This tender is being evaluated on the basis of 55/35/10 price/quality/social value, please see the Invitation to Tender letter for details of how to submit your bid. The closing date for submissions is 1200 noon on Friday 4th June 2021 and if you have any clarification questions the deadline for submitting them is 1200 noon on Friday 28th May 2021.
TfWM have organised a pre-tender briefing session commencing at 1100 on Thursday 13th May 2021 via MS Teams to talk through the project and to give bidders the opportunity to ask any questions. This is in place of the usual site visit due to current Covid-19 restrictions. If this session is of interest please see the Invitation to Tender letter for details of how to register.
In order to access the documents and submit a bid please do so through BravoSolution, the WMCA's e-tendering portal (https://wmca.bravosolution.co.uk). The tender reference is itt_948 and if you are not already registered on BravoSolution it is free and usually only takes a few minutes to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 35
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2021
End date
31 December 2023
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.2.3) 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
4 June 2021
Local time
12:00pm
Changed to:
Date
25 June 2021
Local time
12:00pm
See the change notice.
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)
four.2.7) Conditions for opening of tenders
Date
4 June 2021
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
WMCA
Birmingham
Country
United Kingdom