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
UKG - West Midlands (England)
Internet address(es)
Main address
Buyer's address
https://www.wmca.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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://www.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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Package 2 - Camp Hill Line New Stations, Moseley, Kings Heath and Hazelwell
Reference number
03313-2021
two.1.2) Main CPV code
- 45213321 - Railway station construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The WMCA is seeking to select a suitable contractor for the development of three (3) new stations at Moseley, Kings Heath and Hazelwell
two.1.5) Estimated total value
Value excluding VAT: £28,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45234100 - Railway construction works
- 45234115 - Railway signalling works
- 71311230 - Railway engineering services
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
Main site or place of performance
Birmingham areas of Moseley, Kings Heath and Hazelwell
two.2.4) Description of the procurement
Project Overview:
We are seeking to appoint a Principal Contractor on a design and build basis under a NEC 4 ECC Target Cost Contract to construct 3 new stations at Moseley, Kings Heath and Hazelwell including supporting rail infrastructure works.
The timeline for completion is 31/03/2024, although an earlier completion date is desired.
Further to holding an extensive market briefing and engagement event, we have listened to market concerns and have refined the approach and content of the procurement and requirements in a number of areas to address potential issues where possible.
WMCA propose to incorporate Clause X1 into the building contract to alleviate Contractors risk on material price fluctuations. This will cover primary materials such as timber, concrete and steel and the codes from BCIS will be provided at ITT.
Further Information:
The new stations are on the route between Birmingham New Street and Kings Norton to support access for new train services that increase connectivity in the Greater Birmingham area. To meet this objective the project shall deliver:
Moseley
• Two 6-car platforms (operational length 150m)
• Pedestrian access to the station comprising 2no. raised walkways, stairs and lifts
• Geotechnical works including piling and soil nailing
• Platform waiting canopies, lighting, CCTV, Ticket Vending Machines, Passenger Help Points, PA, CIS Incoming DNO, LV Power Supply/Distribution System.
• Permanent Way slew through platforms and associated lineside drainage
• Passenger drop-off area with connecting highway access from the adjacent B4217 St Mary’s Row.
• Upgrading current highway network to signalized junction to support the above drop off point.
Kings Heath
• Two 6-car platforms (operational length 150m);
• Pedestrian access to the station including a footbridge, lifts and stairs
• Platform waiting canopies, lighting, CCTV, Ticket Vending Machines, Passenger Help Points, PA, CIS, Incoming DNO, LV Power Supply/Distribution System.
• Permanent Way slew through platforms and associated lineside drainage
• A435 High Street highway upgrade
Hazelwell
• Two 6-car platforms (operational length 150m);
• Pedestrian access to the station inc. stairs and lifts
• Platform waiting canopies, lighting, CCTV, Ticket Vending Machines, Passenger Help Points, PA, CIS, Incoming DNO, LV Power Supply/Distribution System.
• Permanent Way slew through platforms and associated lineside drainage
• Passenger drop-off area with connecting highway access from the adjacent Cartland Road.
Tenderers are directed to the Project Summary, Scope and the design information for a detailed description of the proposed stations.
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
Start date
24 January 2022
End date
31 March 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
two.2.14) Additional information
A market engagement exercise was carried out between 30th June 2021 and 16th July 2021 via Bravosolution. This information was also published in Find a Tender and the responses to this has helped form the procurement strategy for this tender.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
30 August 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 September 2021
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: 6 (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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
Country
United Kingdom