Section one: Contracting authority
one.1) Name and addresses
Rhondda Cynon Taf CBC
The Pavilions, Clydach Vale
Tonypandy
CF40 2XX
Telephone
+44 1443
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/web/login.shtml
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/web/login.shtml
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
Tylorstown Landslip Remediation Phase 4
Reference number
RCT/CE/S357/22
two.1.2) Main CPV code
- 45112000 - Excavating and earthmoving work
two.1.3) Type of contract
Works
two.1.4) Short description
On Sunday 16th February 2020, Storm Dennis caused the Llanwonno Upper Tip to fail above the village of Tylorstown. Approximately 60,000m³ of material slipped down the valley, filling the valley bottom and diverting the course of the Afon Rhondda Fach.
Emergency works (referred to as Phases 1, 2 and 3 of the Tylorstown Landslip scheme) have been undertaken to remove the slipped material from the river and valley bottom.
Rhondda Cynon Taf County Borough Council is now proposing essential stabilisation and remediation works to ensure the colliery material within the Llanwonno Upper Tip is made safe, preventing future landslips such as the one that occurred in February 2020 and demonstrating that the relocated and remaining in-situ material can be regenerated for a beneficial end-use. To achieve this, the majority of the colliery material at Llanwonno Upper Tip will be excavated and transported along a haul road to a new location, referred to as the ‘Receptor Site’, next to Old Smokey.
two.1.5) Estimated total value
Value excluding VAT: £13,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45112000 - Excavating and earthmoving work
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
Main site or place of performance
Rhondda Fach. Tylorstown.
two.2.4) Description of the procurement
The proposed scheme will involve moving colliery material from the Llanwonno Upper Tip (donor site) to a new receptor site adjacent to Tylorstown Tip, otherwise known as Old Smokey tip. It will also provide for stabilisation and remediation works to the Llanwonno Upper Tip site and remaining material.
The overall site area totals circa 31 Ha and the main elements of the application contained within it are as follows:
Removal of material remaining within Llanwonno Upper Tip on the top of the hillside, amended drainage arrangements and landscaping of the area following the removal to stabillise the tip;
Reprofiling of the upper tip is to be undertaken utilising the in-situ landscape material (i.e. smoothing out the current landslip “bowl” to the proposed levels, with no interim storage of material needed), plus associated drainage and landscaping works;
Transportation of the material to be deposited on the nearby receptor site;
Profiling, drainage and landscaping of the receptor site.
two.2.5) Award criteria
Quality criterion - Name: Quality Questions / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
na
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
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 June 2022
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 June 2022
Local time
1:00pm
Place
ETender Wales
Information about authorised persons and opening procedure
ETender Wales
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NEC 4 - OPTION A will be used for this project.
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=116116
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:
Welsh Themes, Outcomes and Measures (TOMs)
(WA Ref:116116)
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