Section one: Contracting authority
one.1) Name and addresses
GCRE LIMITED
2 Hardman Street
MANCHESTER
M33AA
Contact
Robert Thompson
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