London Borough Of Bexley: 4445 - PUBLIC REALM WORKS AND SERVICES

  London Borough Of Bexley has published this notice through Delta eSourcing

Notice Summary
Title: 4445 - PUBLIC REALM WORKS AND SERVICES
Notice type: Contract Notice
Authority: London Borough Of Bexley
Nature of contract: Services
Procedure: Restricted
Short Description: Applicants should visit www.londontenders.org (suppliers area) to register (free of charge)/login, express an interest and complete a pre-qualification questionnaire which must be returned via the London Tenders Portal.The London Borough of Bexley accepts no liability whatsoever for expressions of interest and PQQ's that are not received due to internet connectivity issues, transmission delays of errors.
Published: 02/10/2014 15:00

View Full Notice

UK-BEXLEYHEATH: Construction, foundation and surface works for highways, roads.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455300, Fax. +44 2030455462, Email: procurement@bexley.gov.uk, URL: WWW.BEXLEY.GOV.UK
      Contact: PROCUREMENT TEAM, Attn: SUE MORTON

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: 4445 - PUBLIC REALM WORKS AND SERVICES
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI22 - Outer London - South         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Construction, foundation and surface works for highways, roads. Construction work for highways, roads. Construction work for highways. Construction work for elevated highways. Surface work for highways. Foundation work for highways, roads, streets and footpaths. Foundation work for highways. Highways consultancy services. Highways engineering services. Refuse recycling services. Civil engineering consultancy services. Structural engineering consultancy services. Environmental engineering consultancy services. Made-up fencing panels. Fencing wire. Wire-mesh fencing. Fencing, railing and safety equipment installation work. Erection of fencing. Ground investigation work. Ground investigation services. Grounds maintenance services. Cemetery services. Applicants should visit www.londontenders.org (suppliers area) to register (free of charge)/login, express an interest and complete a pre-qualification questionnaire which must be returned via the London Tenders Portal.The London Borough of Bexley accepts no liability whatsoever for expressions of interest and PQQ's that are not received due to internet connectivity issues, transmission delays of errors.
         
      II.1.6)Common Procurement Vocabulary:
         45233000 - Construction, foundation and surface works for highways, roads.
         
         45233100 - Construction work for highways, roads.
         
         45233130 - Construction work for highways.
         
         45233131 - Construction work for elevated highways.
         
         45233210 - Surface work for highways.
         
         45233300 - Foundation work for highways, roads, streets and footpaths.
         
         45233310 - Foundation work for highways.
         
         71311210 - Highways consultancy services.
         
         71311220 - Highways engineering services.
         
         90514000 - Refuse recycling services.
         
         71311000 - Civil engineering consultancy services.
         
         71312000 - Structural engineering consultancy services.
         
         71313000 - Environmental engineering consultancy services.
         
         44231000 - Made-up fencing panels.
         
         44312000 - Fencing wire.
         
         44313100 - Wire-mesh fencing.
         
         45340000 - Fencing, railing and safety equipment installation work.
         
         45342000 - Erection of fencing.
         
         45111250 - Ground investigation work.
         
         71351500 - Ground investigation services.
         
         77314000 - Grounds maintenance services.
         
         98371110 - Cemetery services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      THE CONTRACT OR CONTRACTS WILL BE FOR FOUR ½ YEARS AND IS EXTENDABLE FOR UP TO 5 YEARS BY AGREEMENT OF THE PARTIES CONCERNED. THE ESTIMATED VALUE BELOW IS FOR THE FULL 9½ YEARS POTENTIAL CONTRACT LENGTH FOR ALL LOTS.         
         Estimated value excluding VAT: 115,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/10/2015
         Completion: 31/03/2020

   Information About Lots
            
      Lot No: 1
      Title: Lot 1 – Highway Maintenance and Civil Engineering Works

      1)Short Description:      
      These works will be separated into Major and Minor Works in the Pricing Schedules.Major Works will include:-(a)Resurfacing or reconstruction of carriageways and footways on Principal A and Class B, C and unclassified roads.(b)Construction of new highway projects and regeneration schemes of various sizes in commercial and industrial centres.(c)Annual bridge maintenance and small bridge replacement schemes.(d)Drainage schemes to solve local flooding problems.(e)Implementation and maintenance of SuDS schemes and river restoration works.(f)Local safety schemes improving highway geometry and introducing traffic calming measures.(g)Works to car parks, parks infrastructure, tennis courts and other Council facilities.Minor Works will include:-(a)Reactive work in rectifying larger scale defects on the highway network where it is appropriate to use the Schedules of Rates. (b)Standard Service gangs providing a permanent resource to the Council for the rectification of minor defects, such as potholes and other small repairs, on the highway network where the Schedules of Rates cannot be applied and attending to emergencies and other incidents during normal working hours.(c)An Emergency Service to attend to emergencies and other incidents outside normal working hours.(d)Construction of vehicle crossovers for residents or commercial organisations in the Borough. Note :- the Council will actively be pursuing the use of Building Information Modelling in the future provision of its services in line with appropriate Government initiatives.Anticipated approximate annual value of Lot - £5.0million (Major Works £3.5million, Minor Works £1.5million)This anticipated value has the potential to increase by up to £2.0million p.a. in respect of major improvement schemes coming on stream, for example Bexleyheath Town Centre Revitalisation Phase 2 expected Autumn 2016.Commencement of delivery - 1 October 2015

      2)Common Procurement Vocabulary:
         45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork.
                  45233100 - Construction work for highways, roads.
                  45233130 - Construction work for highways.
                  45233131 - Construction work for elevated highways.
                  45233210 - Surface work for highways.
                  45233300 - Foundation work for highways, roads, streets and footpaths.
                  45233310 - Foundation work for highways.
                  71311210 - Highways consultancy services.
                  71311220 - Highways engineering services.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 66,500,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/10/2015
            Completion of works: 31/03/2020
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: LOT 2 - REUSE AND RECYCLING CENTRES - MANAGEMENT AND TRANSPORT

      1)Short Description:      
      The principal activities included in this Lot are set out below. Applicants shall not, however, view this as an exhaustive list.(a)The site management of Foots Cray and Thames Road Re-use and Recycling Centres and Thames Road Transfer Station within the requirements of the Environmental Protection Act 1990, the Control of Pollution (Amendment) Act 1989 and the Environmental Permit issued by the Environment Agency.(b)The transport of waste to delivery points, Recycling Facility, Bio-waste and Residual Waste Treatment facility as directed by the Authorised Officer.(c)To provide site staff to direct and assist users of the Re-use and Recycling Centres and the Transfer Station.(d)To manage the reclamation and recycling activities at the Re-use and Recycling Centres and Transfer Station.(e)To supervise the storage and transportation of cement bonded or compressed asbestos products at both Foots Cray and Thames Road Re-use and Recycling Centres.(f)The operation of the public weighbridges at the Reuse and Recycling Centres.(g)The joint marketing of minor waste streams (wood, chipboard/MDF, construction waste (rubble), mattresses, carpets and scrap metals.Anticipated approximate annual value of Lot - £1.33millionCommencement of delivery - 1 October 2015

      2)Common Procurement Vocabulary:
         90514000 - Refuse recycling services.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 12,635,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/10/2015
            Completion of works: 31/03/2020
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: LOT 3 - ENGINEERING CONSULTANCY SERVICES (INCLUDING URBAN DESIGN)

      1)Short Description:      
      (a)Feasibility studies, design and supervision of highway improvement works, traffic and transportation schemes, bridges and drainage works including flood relief and SuDS schemes.(b)Technical audits on the effect of Developer proposals on the highway network, submission or processing of AIP’s to or on behalf of the approving authority, safety audits, annual bridge inspections and use of LoBEG Bridgestation, structural calculations and health and safety and general civil engineering works advice.(c)Design of local safety, walking, bus priority and regeneration schemes. Area wide traffic calming, feasibility and detail design of local traffic and highway improvement schemes. Measures to assist cyclists, safety audits and transportation planning, maintenance and updating of traffic models.(d)Transportation and traffic survey services including vehicle speeds, directional volume and junction counts, pedestrian flows and crossing surveys, vehicle queue lengths and journey time data collection. On-street, footway and car parks parking trend surveys, street inventory and public transport usage. Data collection and maintenance of Automatic Traffic Counter (ATC) sites and annual Journey Time Savings (JTS). Analysis and presentation of information and results in the form of reports, spreadsheets and diagrammatic representations.(e)Urban design services including area wide urban design frameworks, thematic design studies, site development briefs, design feasibility studies, options analysis and public realm scheme design covering all RIBA 2013 work stages.(f)Provision of around 7 professional and technical staff to work on secondment (mostly long term assignments) in the offices of the Council.(g)Technical audits on the effect of Developer proposals on the highway network, submission or processing of AIP’s to/on behalf of the approving authority, safety audits, bridge inspections, structural calculations and health and safety and general civil engineering worksNote :- the Council will actively be pursuing the use of Building Information Modelling in the future provision of its services in line with appropriate Government initiatives.Anticipated approximate annual value of Lot - £1.2million•staff secondment £475k approx.•civil engineering commissions undertaken at the provider’s offices £500k approx.•traffic engineering and traffic services commissions undertaken at the provider’s offices £75k approx.•urban design commissions undertaken at the provider’s offices £150k approx).Commencement of delivery - 1 October 2015

      2)Common Procurement Vocabulary:
         71311000 - Civil engineering consultancy services.
                  71312000 - Structural engineering consultancy services.
                  71313000 - Environmental engineering consultancy services.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 114,000,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/10/2015
            Completion of works: 31/03/2020
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 4
      Title: LOT 4 - FENCING

      1)Short Description:      
      (a)Supply and erection of a variety of types of timber and metal fencing and gates throughout the London Borough of Bexley.(b)Maintenance, repair, removal and disposal of existing fencing.(c)Provision of advice and budget cost estimates for various options prior to the issue of works orders by the Council.Anticipated approximate annual value of Lot - £250kCommencement of delivery - 1 October 2015

      2)Common Procurement Vocabulary:
         44231000 - Made-up fencing panels.
                  44312000 - Fencing wire.
                  44313100 - Wire-mesh fencing.
                  45340000 - Fencing, railing and safety equipment installation work.
                  45342000 - Erection of fencing.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 2,375,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/10/2015
            Completion of works: 31/03/2020
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 5
      Title: LOT 5 - GROUND INVESTIGATION SERVICES

      1)Short Description:      
      (a)Undertaking ground investigations for geotechnical and geoenvironmental purposes at sites throughout the London Borough of Bexley.(b)Boring, drilling, trial pitting and trenching, sampling, in-situ testing, instrumentation and monitoring.(c)A full range of laboratory testing and analysis of physical and chemical properties of samples.(d)Desk top studies, factual, interpretive and advisory reports.Anticipated approximate annual value of Lot - £75kCommencement of delivery - 1 October 2015

      2)Common Procurement Vocabulary:
         45111250 - Ground investigation work.
                  71351500 - Ground investigation services.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 712,500
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/10/2015
            Completion of works: 31/03/2020
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 6
      Title: LOT 6 - GROUNDS MAINTENANCE AND CEMETERY SERVICES

      1)Short Description:      
      This frequency based contract is to provide grounds maintenance services throughout the borough for parks and open spaces, highways, cemeteries, some schools and various minor clients, but not Housing. A wide range of horticultural grounds maintenance functions are required including mowing, shrub and herbaceous bed maintenance, bedding displays, litter collection, care of grass sports pitches and tracks, hedge cutting, inspection and cleansing of children’s playgrounds and disposal of all arisings including separation/disposal of green waste for recycling. In addition the borough’s four cemeteries require the provision of specialist grave digging, burial services, site attendant duties and attendance at grave side burials to undertake statutory duties on behalf of the Council.There are approximately 596Ha of grass, 176,000m2 of bed maintenance, 157 winter sports facilities, 452 summer sports facilities, 33 children’s playgrounds and 70,444m2 of hedge cutting. The successful tenderer shall be required to work alongside and promote the use of volunteers on the Lesnes Abbey site. Anticipated approximate annual value of Lot - £2.3millionCommencement of delivery - 1 January 2016

      2)Common Procurement Vocabulary:
         77314000 - Grounds maintenance services.
                  98371110 - Cemetery services.
         
      3)Quantity Or Scope: Not Provided
            
         If known, estimated cost of works excluding VAT: 21,850,000
         Currency: GBP
                           
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                                          
         Scheduled date for:
            Start of works: 01/01/2016
            Completion of works: 31/03/2020
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      BONDS, PARENT COMPANY GUARANTEE AND COLLATERAL WARRANTIES MAY BE REQUIRED AND WILL BE SPECIFIED IN THE TENDER
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      JOINT AND SEVERAL LIABILITY
      
      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:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      As specified in the Pre Qualification Questionnaire      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         As specified in the Pre Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As specified in the Pre Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         As specified in the Pre Qualification Questionnaire         
         Minimum Level(s) of standards possibly required:
         As specified in the Pre Qualification Questionnaire      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      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: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         As specified in the Pre Qualification Questionnaire   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         Lowest price

      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 authority: 4445      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 10/11/2014
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 09/02/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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: Applicants should visit www.londontenders.org (suppliers area) to register (free of charge)/login, express an interest and complete a pre-qualification questionnaire which must be returned via the London Tenders Portal.The London Borough of Bexley accepts no liability whatsoever for expressions of interest and PQQ's that ae not received due to internet connectivity issues, transmission delays of errors.Various individual lots within this procurement are suitable for SME's.The envisaged minimum number of 3 operators who will be invited to tender and maximum of 6 shall apply to each individual Lot.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=114785551
GO-2014102-PRO-6059280 TKR-2014102-PRO-6059279
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455300, Fax. +44 2030455462, Email: procurement@bexley.gov.uk

      Body responsible for mediation procedures:
               London Borough Of Bexley
         United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455300, Fax. +44 2030455462, Email: PROCUREMENT@bexley.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 02/10/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      LONDON BOROUGH OF BEXLEY
      WWW.LONDONTENDERS.ORG, BEXLEYHEATH, United Kingdom   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      London Borough Of Bexley
      WWW.LONDONTENDERS.ORG, BEXLEYHEATH, United Kingdom

View any Notice Addenda

View Award Notice

UK-BEXLEYHEATH: Construction, foundation and surface works for highways, roads.

Section I: Contracting Authority
   Title: UK-BEXLEYHEATH: Construction, foundation and surface works for highways, roads.
   I.1)Name, Addresses and Contact Point(s):
      London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455300, Fax. +44 2030455462, Email: procurement@bexley.gov.uk, URL: WWW.BEXLEY.GOV.UK
      Contact: PROCUREMENT TEAM, Attn: SUE MORTON

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: 4445 - PUBLIC REALM WORKS AND SERVICES      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKI22 - Outer London - South         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Construction, foundation and surface works for highways, roads. Construction work for highways, roads. Construction work for highways. Construction work for elevated highways. Surface work for highways. Foundation work for highways, roads, streets and footpaths. Foundation work for highways. Highways consultancy services. Highways engineering services. Refuse recycling services. Civil engineering consultancy services. Structural engineering consultancy services. Environmental engineering consultancy services. Made-up fencing panels. Fencing wire. Wire-mesh fencing. Fencing, railing and safety equipment installation work. Erection of fencing. Ground investigation work. Ground investigation services. Grounds maintenance services. Cemetery services. Applicants should visit www.londontenders.org (suppliers area) to register (free of charge)/login, express an interest and complete a pre-qualification questionnaire which must be returned via the London Tenders Portal.The London Borough of Bexley accepts no liability whatsoever for expressions of interest and PQQ's that are not received due to internet connectivity issues, transmission delays of errors.
      II.1.5)Common procurement vocabulary:
         45233000 - Construction, foundation and surface works for highways, roads.
         45233100 - Construction work for highways, roads.
         45233130 - Construction work for highways.
         45233131 - Construction work for elevated highways.
         45233210 - Surface work for highways.
         45233300 - Foundation work for highways, roads, streets and footpaths.
         45233310 - Foundation work for highways.
         71311210 - Highways consultancy services.
         71311220 - Highways engineering services.
         90514000 - Refuse recycling services.
         71311000 - Civil engineering consultancy services.
         71312000 - Structural engineering consultancy services.
         71313000 - Environmental engineering consultancy services.
         44231000 - Made-up fencing panels.
         44312000 - Fencing wire.
         44313100 - Wire-mesh fencing.
         45340000 - Fencing, railing and safety equipment installation work.
         45342000 - Erection of fencing.
         45111250 - Ground investigation work.
         71351500 - Ground investigation services.
         77314000 - Grounds maintenance services.
         98371110 - Cemetery services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: Lowest price          
      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 authority: 4445         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 4445 4525

      V.1)Date Of Contract Award: 08/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: F M CONWAY
         Postal address: CONWAY HOUSE, ROCHESTER WAY, KENT
         Town: DARTFORD
         Postal code: DA1 3QY
         Country: United Kingdom
         Email: BID.MANAGEMENT@FMCONWAY.CO.UK
         Telephone: +44 2086368822
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 47,500,000
            Currency: GBP

         If annual or monthly value:
            Number of years: 10
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   2: Award And Contract Value
      Contract No: 4445 4527

      V.1)Date Of Contract Award: 05/05/2015      
      V.2) Information About Offers
         Number Of Offers Received: 1          
         Number Of Offers Received By Electronic Means: 1       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: HYDROCK GROUP LTD
         Postal address: HAWTHORN PARK, HOLDENBY ROAD, SPRATTON
         Town: NORTHAMPTON
         Postal code: NN6 8LD
         Country: United Kingdom
         Email: ALANBELL@HYDROCK.COM
         Telephone: +44 1604842888
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 712,500
            Currency: GBP

         If annual or monthly value:
            Number of years: 10
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No

   
   3: Award And Contract Value
      Contract No: 4449 4528

      V.1)Date Of Contract Award: 25/09/2015      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: ISS Waterers Landscape
         Postal address: NURSERY COURT, LONDON ROAD, WINDLESHAM
         Town: SURREY
         Postal code: SU20 6LQ
         Country: United Kingdom
         Email: ryan.lynch@uk.issworld.com
         Telephone: +44 1344293400
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 21,275,000
            Currency: GBP

         Total final value of the contract
            Value: 11,857,886.01
            Currency: GBP
         If annual or monthly value:
            Number of years: 9
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Applicants should visit www.londontenders.org (suppliers area) to register (free of charge)/login, express an interest and complete a pre-qualification questionnaire which must be returned via the London Tenders Portal.The London Borough of Bexley accepts no liability whatsoever for expressions of interest and PQQ's that ae not received due to internet connectivity issues, transmission delays of errors.Various individual lots within this procurement are suitable for SME's.The envisaged minimum number of 3 operators who will be invited to tender and maximum of 6 shall apply to each individual Lot.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=165750925
GO-20151016-PRO-7200820 TKR-20151016-PRO-7200819   
   VI.3.1)Body responsible for appeal procedures:
      London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455300, Fax. +44 2030455462, Email: procurement@bexley.gov.uk

      Body responsible for mediation procedures:
         London Borough Of Bexley
         United Kingdom
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      London Borough Of Bexley
      LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, 2 WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
      Tel. +44 2030455300, Fax. +44 2030455462, Email: PROCUREMENT@bexley.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 16/10/2015