Tender

Canton Bogie Drop Building Design & Build

  • Transport for Wales

F02: Contract notice

Notice identifier: 2023/S 000-033564

Procurement identifier (OCID): ocds-h6vhtk-04197e

Published 14 November 2023, 10:07am



Section one: Contracting authority

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Email

Procurement@tfw.wales

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://tfw.wales/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

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

Body governed by public law

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Canton Bogie Drop Building Design & Build

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

As part of the TfW Core Valley Lines (CVL) transformation works, there is a requirement to provide upgrades to Canton Depot in Cardiff to service the new fleet of FLIRT 11no bi-mode and 24no tri-mode vehicles. This includes a new bogie drop facility, the bogie drop equipment is being procured separately as part of the wider Canton Depot project. This procurement event is specifically for a new maintenance building to house and operate the equipment. The tender will be administered through etenderwales itt_106906

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45234112 - Railway depot construction work
  • 45213321 - Railway station construction work
  • 45234100 - Railway construction works
  • 45234180 - Construction work for railways workshop
  • 71220000 - Architectural design services
  • 71320000 - Engineering design services
  • 79415200 - Design consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Canton Depot, Cardiff

two.2.4) Description of the procurement

As part of the TfW Core Valley Lines (CVL) transformation works, there is a requirement to provide upgrades to Canton Depot in Cardiff to service the new fleet of FLIRT 11no bi-mode and 24no tri-mode vehicles. This includes a new bogie drop facility, the bogie drop equipment is being procured separately as part of the wider Canton Depot project. This procurement event is specifically for a new maintenance building to house and operate the equipment.

The tender will be administered through etenderwales itt_106906

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

Start date

4 March 2024

End date

31 March 2025

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

The tender will be administered through etenderwales itt_106906


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.2.2) Contract performance conditions

Please see draft 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: Yes

four.2) Administrative information

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

Date

22 December 2023

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

22 December 2023

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.3) Additional information

The tender will be administered through etenderwales, the ITT code is itt_106906

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=136439

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:

More details can be found in tender documents

(WA Ref:136439)

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