Opportunity

Appointment of a contractor for the two stage design and delivery of earthworks for the Global Centre for Rail Excellence

  • GCRE LIMITED

F02: Contract notice

Notice reference: 2021/S 000-024585

Published 4 October 2021, 12:36pm



The closing date and time has been changed to:

15 November 2021, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

GCRE LIMITED

2 Hardman Street

MANCHESTER

M33AA

Contact

Robert Thompson

Email

rob.thompson@gcre.wales

Telephone

+44 7977197129

Country

United Kingdom

NUTS code

UKD33 - Manchester

Internet address(es)

Main address

https://gov.wales/global-centre-rail-excellence-wales

one.3) Communication

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

https://etenderwales.bravosolution.co.uk/home.html

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/home.html

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Other type

Subsidiary Company of the Welsh Government

one.5) Main activity

Other activity

Railway Technology Testing Facility


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Appointment of a contractor for the two stage design and delivery of earthworks for the Global Centre for Rail Excellence

Reference number

GCRE-E-01

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

GCRE Limited is looking to procure through an open procedure, pursuant to Regulation 27 of the Public Contracts Regulations 2015 ("PCR 2015"), a suitably-qualified earthworks contractor to design and deliver earthworks for the Global Centre for Rail Excellence on a two stage basis:

1 - to develop the design of the earthworks so as to enable the contractor to provide a priced proposal for the contractor to complete the design and carry out the construction of the earthworks at Stage 2 to meet GCRE Limited's requirements (Stage 2 Proposal). During Stage 1, the contractor may also be instructed to design and carry out preliminary site activities such as vegetation stripping works.

2 - following acceptance by GCRE Limited of the successful contractor's Stage 2 Proposal, the successful contractor will proceed to finalise the design of, and carry out, the construction of the earthworks in accordance with the Stage 2 Proposal.

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)

  • 45111100 - Demolition work
  • 45111212 - Rock-removal work
  • 45111220 - Scrub-removal work
  • 45111230 - Ground-stabilisation work
  • 45111240 - Ground-drainage work
  • 45111250 - Ground investigation work
  • 45112200 - Soil-stripping work
  • 45112210 - Topsoil-stripping work
  • 45112320 - Land-reclamation work
  • 45112330 - Site-reclamation work
  • 45112360 - Land rehabilitation work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112600 - Cut and fill
  • 45112700 - Landscaping work
  • 45113000 - Siteworks
  • 45234114 - Railway embankment construction work
  • 45520000 - Hire of earthmoving equipment with operator
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71332000 - Geotechnical engineering services

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys
Main site or place of performance

Nant Helen Surface Mine

Coelbren

Nr Neath

Powys

SA10 9HN

two.2.4) Description of the procurement

GCRE Limited is looking to procure suitably qualified earthworks contractor with experience of designing and carrying out large scale earthworks projects to facilitate the subsequent design and construction of the Global Centre for Rail Excellence (GCRE). GCRE is to be constructed at the site of the former Nant Helen opencast coal mine site along with ancillary earthworks at the Onllwyn Washery. The completed centre will have two rail testing loops, rail sidings, buildings and other infrastructure.

The earthworks which are subject to this procurement provide the foundation for that later infrastructure and are likely to comprise approximately 3 Million m³ of earth movement including (but not limited to) vegetation stripping, soil stripping, overburden excavation and placement to a design specification, associated selection of materials, overburden removal and placement in landscape balancing areas, soil spreading and final rehabilitation of landscaped profiles. The successful contractor is also required to provide temporary drainage during the construction phase together with the installation of permanent drainage during and on completion of construction on a two stage basis:

1 - to develop the design of the earthworks so as to enable the contractor to provide a priced proposal for the contractor to complete the design and carry out the construction of the earthworks at Stage 2 to meet GCRE Limited's requirements (Stage 2 Proposal). During Stage 1, the contractor may also be instructed to design and carry out preliminary site activities such as vegetation stripping works.

2 - following acceptance by GCRE Limited of the successful contractor's Stage 2 Proposal, the successful contractor will proceed to finalise the design of, and carry out, the construction of the earthworks in accordance with the Stage 2 Proposal.

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: £30,000,000

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

Duration in months

30

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue


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

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-023022

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

Originally published as:

Date

8 November 2021

Local time

5:00pm

Changed to:

Date

15 November 2021

Local time

5:00pm

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

four.2.7) Conditions for opening of tenders

Date

9 November 2021

Local time

9:00am


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

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice