UK-Stanford-le-Hope: works for complete or part construction and civil engineering work

Sourced By: http://www.theconstructionindex.co.uk/

UK-Stanford-le-Hope: works for complete or part construction and civil engineering work

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

Contact point(s): For the attention of: Telephone: E-mail: London Gateway Port Limited Gate 2, The Manorway see additional information Annex A Technical Co-ordinator SS17 9PD Stanford-le-Hope UNITED KINGDOM +44 1375648303 lgpha@londongateway.com Internet address(es): General address of the contracting entity:www.londongateway.com Further information can be obtained from: Contact point(s): E-mail: Highways Agency Woodlands, Manton Lane Alison Tedder MK41 7LW Bedford UNITED KINGDOMalison.tedder@highways.gsi.gov.uk Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from : The above mentioned contact point(s) : Tenders or requests to participate must be sent to Contact point(s): E-mail: Highways AgencyWoodlands, Manton Lane Alison Tedder MK41 7LW Bedford UNITED KINGDOM alison.tedder@highways.gsi.gov.uk

I.2) Main activity

Port-related activities Other: Roadworks

I.3) Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting entity:

C6503. UK design and construction of highway improvement at Junction 30 – M25.

II.1.2) Type of contract and location of works, place of delivery or of performance

Works Design and execution NUTS code UKH32 Thurrock

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract

II.1.4) Information on framework agreement

II.1.5) Short description of the contract or purchase(s):

Please note this is a works contract voluntary notice. The design and construction of widening the slip roads and introduction of new traffic signals and MOVA control at Junction 30 of the M25. The Port Authority will be working with the Highways Agency under a 5 part Section 278 agreement and as described in VI3 Additional information. The Port Authority will be employer to the appointed firm and will itself be working with the Highways Agency. Under the S278 5 part arrangement Highways Agency is employer to DP World and therefore overall Contracting Authority; DP World (Port Authority also being a public utility in its own right) is employer to the main contractor and will directly contract with the winning contractor.

II.1.6) Common procurement vocabulary (CPV)

45200000 Works for complete or part construction and civil engineering work 45232451 Drainage and surface works 45233100 Construction work for highways, roads 45233110 Motorway construction works 45233128 Roundabout construction work 45233227 Slip road construction work

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) Information about lots

This contract is divided into lots: no

II.1.9) Information about variants

Variants will be accepted: yes

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

To serve the London Gateway development, improvement works to Junction 30 at the M25 will be undertaken under a S278 agreement. The works include retaining walls, widening, site clearance, fencing, drainage, earthworks, pavement, kerbs, lighting and traffic signals. Traffic management at the junction will be required throughout the works. Estimated value excluding VAT Range: between 3 000 000,00 and 3 900 000,00 GBP

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

This contract is subject to renewal: no

II.3) Duration of the contract or time limit for completion

Duration in months: 7 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

Those invited to tender will be advised of these in the tender documentation. A parent company guarantee will be required.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Monthly payment based on work done.

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

(i) For unincorporated joint ventures it will be necessary for each member of the group to sign an undertaking that they will be jointly and severally bound for the due performance of the contract; (ii) For single legal entities/incorporated joint ventures submitting an acceptable offer, the consortium must provide a corporate statement of intent to form itself into a single legal entity before any contract can be awarded. The contractor must state in its expression of interest to this notice whether it is an incorporated joint venture (stating the date of incorporation) or an unincorporated joint venture (joint and several liability). In the case of an unincorporated joint venture (joint and several liability) the contractor must also confirm the names of all the contracting entities with the employer should they be selected to tender.

III.1.4) Other particular conditions:

The performance of the contract is subject to particular conditions: no

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: 1) The supplier must declare if it or any of its directors any other person who has powers of representation, decision or control of the supplier has been convicted of any of the following offences: (a) conspiracy within the meaning of section 1 of the Criminal Law Act 1977 where that conspiracy relates to participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA; (b) corruption within the meaning of section 1 of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906; (c) the offence of bribery. (c) (a) bribery within the meaning of section 1 or 6 of the Bribery Act 2010; (d) Fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of: (i) the offence of cheating the revenue; (ii) the offence of consipracy to defraud; (iii) fraud or theft within the meaning of the Theft Act 1968 and the Theft Act 1978; (iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985; (v) defrauding the customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994; (vi) an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; or (vii) destroying, defacing or concealing of documents or procuring the extension of a valuable security within the meaning of section 20 of the Theft Act 1968; (e) money laundering within the meaning of the Money Laundering Regulations 2003; or (f) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant State.The Highways Agency shall treat as ineligible and shall not select a supplier that has been convicted of any of the above offences. The Highways Agency may apply to the relevant competent authority to obtain further information regarding the supplier and in particular details of convictions of the offences listed above if it considers it needs such information to decide on any exclusion referred to above. In any case where supplier or its directors or any other person who has powers of representation, decision or control has been convicted of an offence described in paragraph (1), the Highways Agency may disregard the prohibition described there if it is satisfied that there are overriding requirements in the general interest which justify doing so in relation to that economic operator in order to maintain or enable sufficient competition. 2) The supplier must declare if any of the following (a) to (j) it or any of its directors any other person who has powers of representation, decision or control of the supplier is applicable. The Highways Agency shall consider a supplier as ineligible or decide not to select supplier in accordance with the procurement regulations or one or more of the following grounds, namely that the economic operator or any of its directors any other person who has powers of representation, decision or control of the economic operator (supplier): (a) being an individual is bankrupt or has had a receiving order or administration order or bankruptcy restrictions order made against him or has made any composition or arrangement with or for the benefit of his creditors or has made any conveyance or reasonable prospect of being able to pay, a debt within the meaning of section 268 of the Insolvency Act 1986, or article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other state; (b) being a partnership constituted under Scots law has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate; (c) being a company or any other entity within the meaning of Section 255 of the Enterprise Act 2002 has passed a resolution or is the subject of an order by the court for the company’s winding up otherwise than for the purpose of bona fide reconstruction or amalgamation, or has had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company’s business or any part thereof or is the subject of the above procedures or is the subject of similar procedures under the law of any other state; (d) has been convicted of a criminal offence relating to the conduct of his business or profession; (e) has committed an act of grave misconduct in the course of his business or profession; (f) has not fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established;(g) has not fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the supplier is established; (h) is guilty of serious misrepresentation in providing any information required of him under Regulation 23 of the Public Contracts Regulations 5/2006, as amended; (i) in relation to procedures for the award of a public services contract, is not licensed in the relevant State in which he is established or is not a member of an organisation in that relevant State when the law of that relevant State prohibits the provision of the services to be provided under the contract by a person who is not so licensed or who is not such a member; or (j) subject to Regulation 23 paragraphs (7), (8) and (9) of the Public Contracts Regulations 5/2006, as amended, is not registered on the professional or trade register of the relevant State specified in Schedule 6 in which he is established under conditions laid down by that State.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Contractors or incorporated joint ventures (single legal entities) submitting an expression of interest should provide their Constructionline registration number. For unincorporated joint ventures submitting an expression of interest each member of the group should provide their individual Constructionline registration number. Constructionline is the UK Government’s national pre-qualification register for construction contractors and consultants. If a Contractor is not registered with Constructionline please contact immediately the Procurement Officer named in the “Additional Information”. The Constructionline Notation Value for this contract is 3 900 000 GBP. The Constructionline sub-category civil engineering, or civil engineering and infrastructures: sub-category road construction.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: Contractors must provide (along with their expression of interest to this notice the following: (a) a list of the applicant companies that will contract directly with London Gateway Port Ltd. whether in their own rights or as part of a joint venture or other formal partnership to provide the technical capacity necessary to deliver the work under the contract and a statement of the technical services provided by any such companies; (b) for the contractor and any applicant companies identified under Section III.2.3(a) they will be required to demonstrate technical capacity and past experience carried out over the past 5 years against the following criteria: — Traffic management, — Corporate and social responsibility, — Liaison, — Experience on motorway trunk road junctions with high traffic flows, — Added value. (c) for the contractor and applicant companies identified under Section III.2.3(a) a Highways Agency current Health & Safety Assessment Certificate. For any contractor/applicant company who has not undergone an assessment, answers to the questions on the Health and Safety Questionnaire Sheet (document A4 and B1 of the pre-qualification pack). This is required to enable the Highways Agency to fulfil its statutory duties under the Construction (Design and Management) Regulations 2007.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated below 1. Quality. Weighting 50 2. Price. Weighting 50

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting entity:

C6503

IV.3.2) Previous publication(s) concerning the same contract

no (except for a DPS)

IV.3.3) Conditions for obtaining specifications and additional documents

Time limit for receipt of requests for documents or for accessing documents: 27.1.2012 – 12:00 Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

30.1.2012 – 12:00

IV.3.5) Language(s) in which tenders or requests to participate may be drawn up

English.

IV.3.6) Minimum time frame during which the tenderer must maintain the tender

IV.3.7) Conditions for opening tenders

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: no

VI.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: no

VI.3) Additional information:

Firms submitting alternative proposals must also submit a tender complying with the works information. Alternative tenders will not be assessed unless a conforming tender has also been submitted. Details for submitting alternatives will be set out in the invitation to tender documents. Defects correction period will be 12 months. It is currently envisaged that the proposed form of contract will be NEC 3 Option A. The Highways Agency will lead on assessing the pre-qualifications to arrive at an agreed tender list. The developer will lead from the invitation to tender stage and agree the winning contractor. The contract will then be formed will parties by the signing of the remaining 4 parts of the Section 278, 5 part agreement arrangement. Interested firms should obtain a pre-qualification pack via the HA’s e-tendering portal (Bravo Solutions) as instructed below and completed applications are to be returned by the date in IV3.4 via Bravo solutions. How to express interest in this tender: 1) Register your company on the eSourcing portal (this is only required once): — Browse to the eSourcing portal highways.bravosolution.co.uk and click the link to register, — Accept the terms and conditions and click “continue”, — Enter your correct business and user details, — Note the username you chose and click “Save” when complete, — You will shortly receive an e-mail with your unique password (please keep this secure). 2) Express an interest in the tender: — Login to the portal with the username/password, — Click the “PQQs / ITTs Open To All Suppliers” link (these are pre-qualification questionnaires or invitations to tender open to any registered supplier), — Click on the relevant PQQ/ITT to access the content, — Click the “Express Interest” button at the top of the page, — This will move the PQQ/ITT into your “My PQQs/My ITTs page” (this is a secure area reserved for your projects only), — You can now access any attachments by clicking “Buyer Attachments” in the “PQQ/ITT Details” box. 3) Responding to the tender: — Click “My Response” under “PQQ/ITT Details”, you can choose to “Create Response” or to “Decline to Respond” (please give a reason if declining), — You can now use the “Messages” function to communicate with the buyer and seek any clarification, — Note the deadline for completion, then follow the on screen instructions to complete the PQQ/ITT, — There may be a mixture of online and offline actions for your to perform (there is detailed online help available), — You must then submit your reply using the “Submit Response” button at the top of the page. If you require any further assistance please consult the online help, or contact the Tendering helpdesk. Please note this is a voluntary OJEU notice as the estimated value is below the OJEU threshold. Normal timescales therefore need not apply.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Please note that there will be a standstill period of 10 days.

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

20.12.2011

Comments are closed.

Sites