London Borough Of Bexley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Highway Improvements, Civil Engineering Works, Maintenance and Minor Works |
Notice type: | Contract Notice |
Authority: | London Borough Of Bexley |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The Council is undertaking a single procurement exercise in respect of two contracts:- •Lot 1 Highway Improvements and Civil Engineering Works (HICEW) •Lot 2 Highway Maintenance and Minor Works (HMMW) |
Published: | 21/10/2019 15:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455300, Email: procurement@bexley.gov.uk
Contact: PROCUREMENT SUPPORT TEAM
Main Address: https://www.bexley.gov.uk/, Address of the buyer profile: WWW.BEXLEY.GOV.UK
NUTS Code: UKI5
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Home/About
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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://procontract.due-north.com/Home/About
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Highway Improvements, Civil Engineering Works, Maintenance and Minor Works
Reference Number: 5088
II.1.2) Main CPV Code:
45233000 - Construction, foundation and surface works for highways, roads.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Council is undertaking a single procurement exercise in respect of two contracts:-
•Lot 1 Highway Improvements and Civil Engineering Works (HICEW)
•Lot 2 Highway Maintenance and Minor Works (HMMW)
II.1.5) Estimated total value:
Value excluding VAT: 110,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: •Lot 1 Highway Improvements and Civil Engineering Works (HICEW)
•Lot 2 Highway Maintenance and Minor Works (HMMW)
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 Highway Improvements and Civil Engineering Works (HICEW)
Lot No: 1
II.2.2) Additional CPV codes:
45233000 - Construction, foundation and surface works for highways, roads.
II.2.3) Place of performance:
UKI5 Outer London – East and North East
II.2.4) Description of procurement: Lot 1 Highway Improvements and Civil Engineering Works (HICEW)
The requirement for the HICEW contract comprises the undertaking of highway improvements and other civil engineering works throughout the London Borough of Bexley.
The works will include new highway works and widening of existing highways, bridge strengthening and small bridge replacement schemes, highway drainage schemes designed to solve local flooding problems, watercourse restoration works, regeneration projects in town centres and other areas, local safety schemes and other highway improvement works, parks infrastructure projects and works to Council car parks.
II.2.5) Award criteria:
Criteria below
Cost criterion - Name: Price only / Weighting: 100
II.2.6) Estimated value:
Value excluding VAT: 110,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2020 / End: 31/03/2025
This contract is subject to renewal: Yes
Description of renewals: The Conditions of Contract provide that the contracts may be extended by the agreement of the parties for up to 5 additional years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: The Council intends to invite tenders from a maximum of 6 organisations for each contract.
Your application will be evaluated against the following compliance and scoring matrix. In order to be eligible for inclusion in the tender shortlist you must not be excluded from further consideration for any reason and achieve a score of at least 60% of the total marks available from the rest of the matrix.
Tenders will be invited from the top 6 scoring eligible organisations for each contract. Where Contractors express an interest in both contracts they must be shortlisted for both contracts in order to be permitted to tender for both contracts. If there are less than 6 eligible organisations for either or both contracts then all eligible organisations will be invited to tender.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 Highway Maintenance and Minor Works (HMMW)
Lot No: 2
II.2.2) Additional CPV codes:
45233000 - Construction, foundation and surface works for highways, roads.
II.2.3) Place of performance:
UKI5 Outer London – East and North East
II.2.4) Description of procurement: Lot 2 Highway Maintenance and Minor Works (HMMW)
The requirement for the HMMW contract comprises the undertaking of highway maintenance and minor highway works throughout the London Borough of Bexley.
The works will include reactive and standard service repairs and other ad-hoc works on the highway network during normal working hours and emergency services works both within and outside normal working hours. The works will also include resurfacing and other highway works as required and the construction and extension of new or existing vehicle crossovers.
II.2.5) Award criteria:
Criteria below
Price - Weighting: 100
II.2.6) Estimated value:
Value excluding VAT: 110,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2020 / End: 31/03/2025
This contract is subject to renewal: Yes
Description of renewals: The Conditions of Contract provide that the contracts may be extended by the agreement of the parties for up to 5 additional years.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: The Council intends to invite tenders from a maximum of 6 organisations for each contract.
Your application will be evaluated against the following compliance and scoring matrix. In order to be eligible for inclusion in the tender shortlist you must not be excluded from further consideration for any reason and achieve a score of at least 60% of the total marks available from the rest of the matrix.
Tenders will be invited from the top 6 scoring eligible organisations for each contract. Where Contractors express an interest in both contracts they must be shortlisted for both contracts in order to be permitted to tender for both contracts. If there are less than 6 eligible organisations for either or both contracts then all eligible organisations will be invited to tender.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/11/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=440454236
VI.4) Procedures for review
VI.4.1) Review body:
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455137
VI.4.2) Body responsible for mediation procedures:
London Borough Of Bexley
CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455137, Email: PROCUREMENT@BEXLEY.GOV.UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
Tel. +44 2030455137, Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
VI.5) Date Of Dispatch Of This Notice: 21/10/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455300, Email: procurement@bexley.gov.uk
Contact: PROCUREMENT SUPPORT TEAM
Main Address: https://www.bexley.gov.uk/, Address of the buyer profile: WWW.BEXLEY.GOV.UK
NUTS Code: UKI5
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Highway Improvements, Civil Engineering Works, Maintenance and Minor Works
Reference number: 5088
II.1.2) Main CPV code:
45233000 - Construction, foundation and surface works for highways, roads.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Council is undertaking a single procurement exercise in respect of two contracts:-
•Lot 1 Highway Improvements and Civil Engineering Works (HICEW)
•Lot 2 Highway Maintenance and Minor Works (HMMW)
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 110,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 Highway Improvements and Civil Engineering Works (HICEW)
Lot No:1
II.2.2) Additional CPV code(s):
45233000 - Construction, foundation and surface works for highways, roads.
II.2.3) Place of performance
Nuts code:
UKI5 - Outer London – East and North East
Main site or place of performance:
Outer London – East and North East
II.2.4) Description of the procurement: Lot 1 Highway Improvements and Civil Engineering Works (HICEW)
The requirement for the HICEW contract comprises the undertaking of highway improvements and other civil engineering works throughout the London Borough of Bexley.
The works will include new highway works and widening of existing highways, bridge strengthening and small bridge replacement schemes, highway drainage schemes designed to solve local flooding problems, watercourse restoration works, regeneration projects in town centres and other areas, local safety schemes and other highway improvement works, parks infrastructure projects and works to Council car parks.
II.2.5) Award criteria:
Cost criterion - Name: Price only / Weighting: 100
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 Highway Maintenance and Minor Works (HMMW)
Lot No:2
II.2.2) Additional CPV code(s):
45233000 - Construction, foundation and surface works for highways, roads.
II.2.3) Place of performance
Nuts code:
UKI5 - Outer London – East and North East
Main site or place of performance:
Outer London – East and North East
II.2.4) Description of the procurement: Lot 2 Highway Maintenance and Minor Works (HMMW)
The requirement for the HMMW contract comprises the undertaking of highway maintenance and minor highway works throughout the London Borough of Bexley.
The works will include reactive and standard service repairs and other ad-hoc works on the highway network during normal working hours and emergency services works both within and outside normal working hours. The works will also include resurfacing and other highway works as required and the construction and extension of new or existing vehicle crossovers.
II.2.5) Award criteria:
Price - Weighting: 100
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 206-501104
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 17/02/2020
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
J B Riney & Co. Ltd
455 Wick Lane, London, E3 2TB, United Kingdom
NUTS Code: UKI5
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 110,000,000
Total value of the contract/lot: 110,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=474250542
VI.4) Procedures for review
VI.4.1) Review body
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455137
VI.4.2) Body responsible for mediation procedures
London Borough Of Bexley
CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
Tel. +44 2030455137, Email: PROCUREMENT@BEXLEY.GOV.UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
London Borough Of Bexley
LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
Tel. +44 2030455137, Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
VI.5) Date of dispatch of this notice: 02/03/2020