Bip Buyer de-activated users has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Remediation Works - Chantry Lane |
Notice type: | Contract Notice |
Authority: | Bip Buyer de-activated users |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Remediation of Former Chalk Mines in Chantry Lane, Hatfield |
Published: | 07/06/2013 11:15 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Welwyn Hatfield Borough Council
The Campus, Welwyn Garden City, AL8 6AE, United Kingdom
Tel. +44 7771903964, Email: a.harper@welhat.gov.uk, URL: www.welhat.gov.uk, URL: http://www.delta-esourcing.com/delta
Contact: Procurement, Attn: Andrew Harper
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: Remediation Works - Chantry Lane
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 12
Region Codes: UKH23 - Hertfordshire
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:
Ground investigation services. Remediation of Former Chalk Mines in Chantry Lane, Hatfield
II.1.6)Common Procurement Vocabulary:
71351500 - Ground investigation services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
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:
Welwyn Hatfield Borough Council (The Council) have received funding to investigate and remediate an historical chalk mine located around Chantry Lane and Vigors Croft in Hatfield.
The Council has now completed the investigation works and is seeking a qualified and experienced contractor to undertake the remediation works.
The key findings of the design phase ground investigation have generally confirmed:
•The intrusive ground investigation has identified a network of interconnected mine
workings extending from at least four now infilled mine shafts located in the southeast
corner of Chantry Lane Copse.
•The general lateral extent of the mine is similar although the recent investigation has
indicated that the mine doesn’t appear to extend to the east of Vigors Croft road and to
the northeast while to the south of Chantry Lane the mine seems to be more extensive.
•The Feasibility Study Report assumed that the mine workings extend to depths of
between about 12m and 18m whereas the recent ground investigation has indicated
that the mine extends to depths of between about 7m and 18.6m.
•The condition of the mine is similar; the main difference being that the investigation
suggests that more of the mine is either partially or fully collapsed or in parts infilled with
backfill material.
•The ground investigation has provided further evidence of void migration in parts of the
mine.
•The findings of the ground investigation have not changed the high level of risk
associated with the mine workings beneath residential areas.
•The ground investigation has confirmed the proposed treatment methodology
comprising bulk infilling of open voids and compaction grouting of collapsed ground
although the investigation has indicated the need for a greater proportion of compaction
grouting than originally assumed at feasibility stage.
•The ground investigation has not identified any additional environmental issues for the
treatment works with regard to groundwater as the original floor of the mine appears to
be at least 8m above the highest groundwater elevation of 55.76m AOD and
contamination as the ground investigation has not revealed any significant soil
contamination at the site, although the possibility of limited contamination associated
with residential use of the site or previous mining activities exists.
•The site access limitations highlighted in the Feasibility Study Report were experienced
by the intrusive ground investigation works including the presence of mature trees
across the site which will need to be considered during the design of the treatment
works.
The design phase ground investigation has enabled the boundary of the area to be treated to be
defined. The intrusive ground investigation has identified a number of open voids in the vicinity
of the shafts in the southeast corner of Chantry Lane Copse suggesting that treatment of the
mine workings in this area will predominantly consist of bulk infilling. For the remainder of the
mine, where the majority of the interpreted mineworkings appear to be either partially or fully
collapsed or in parts infilled with backfill material, compaction grouting of the collapsed ground
will be required, although consideration will need to be given to the form of compaction grouting
to ensure effective and flexible treatment where more open backfill/collapsed ground is
encountered.
Estimated value excluding VAT: 1,200,000
Currency: GBP
II.2.2)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
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A 10% performance bond or parent company guarantee will be required
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:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As detailed in the tender documents
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 detailed in the tender documents
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 detailed in the tender documents
Minimum Level(s) of standards possibly required:
As detailed in the tender documents
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As detailed in the tender documents
Minimum Level(s) of standards possibly required:
As detailed in the tender documents
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: 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: Yes
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:
Not Provided
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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: C655
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/07/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 02/08/2013
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: Welwyn Hatfield Council has moved to a new way of e-Tendering and worked closely with its Districts and Partners to create a joint procurement website called Supply Hertfordshire. This website is supported by BiP Solutions who provide a system called Delta-ets which is the background platform to Supply Hertfordshire.
The Pre-Qualification Process
This tender is a two stage process and you will only be invited to tender if you have successfully passed through the Pre-Qualification Questionnaire (PQQ) stage. If you wish to be considered as a tenderer you must complete and submit a completed PQQ via Tenderbox by 12.00hrs on 10th July 2013. PQQs cannot be uploaded after the closing date/time. Any supporting documents should be cross-referenced to the relevant question. If the Council requires further information concerning your application form your Organisation will be contacted.
Step 1: Registering with Supply Hertfordshire
To participate in this tender you will need to go into http://supplyhertfordshire.g2b.info/hpf/ and register, thereafter you will be issued with a USERNAME and PASSWORD. (If you have already registered with Delta-ets or Supply Hertfordshire, please follow the link above where you can log on using your existing username and password. If you have registered and have forgotten your Username and Password, please click on the forgotten password link below the log in box.) Please keep this USERNAME and PASSWORD secure, and do not pass it to any third parties.
Step 2: Completing your PQQ
To complete the PQQ for this Tender you will need to go into the Tenderbox area and enter the Tender Access Code ET7H689J9P.You will then need to download the relevant PQQ and complete. Please complete the information as fully as possible.
Step 3: Uploading Your Completed PQQ
Once you have completed your PQQ for this Tender exercise you must then “upload” your completed response in to the Tenderbox (Tender Access Code ET7H689J9P)
Please make sure you have submitted your completed PQQ to the correct Tender Access Code, the Council will not be held accountable for any errors made by a tenderer in submitting your completed PQQ.
Please note you will have to satisfactorily, pass through this pre-qualification stage to be invited to Tender via e-mail.
If you are experiencing problems, please contact the Delta helpdesk via email at support@supplyhertfordshire.g2b.info or call 0845 270 7050 Monday to Friday 9am – 5pm for further assistance.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=62628375
GO-201367-PRO-4861513 TKR-201367-PRO-4861512
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Welwyn Hatfield Borough Council
The Campus, Welwyn Garden City, AL8 6AE, United Kingdom
Tel. +44 1707357371, Email: a.harper@welhat.gov.uk, URL: www.welhat.gov.uk
Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
The Campus, 70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Welwyn Hatfield Borough Council
The Campus, Welwyn Garden City, AL8 6AE, United Kingdom
Tel. +44 1707357371, Email: a.harper@welhat.gov.uk, URL: www.welhat.gov.uk
VI.5) Date Of Dispatch Of This Notice: 07/06/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Welwyn Garden City: Ground investigation services.
I.1)Name, Addresses and Contact Point(s):
Welwyn Hatfield Borough Council
The Campus, Welwyn Garden City, AL8 6AE, United Kingdom
Tel. +44 7771903964, Email: a.harper@welhat.gov.uk, URL: www.welhat.gov.uk, URL: http://www.delta-esourcing.com/delta
Contact: Procurement, Attn: Andrew Harper
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: Remediation Works - Chantry Lane
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 12
Region Codes: UKH23 - Hertfordshire
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):
Ground investigation services. Remediation of Former Chalk Mines in Chantry Lane, Hatfield
II.1.5)Common procurement vocabulary:
71351500 - Ground investigation services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 40
Price - 60
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: C655
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 08/11/2013
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: BAM Ritches
Postal address: Ray Lamb Way, Off Maor Road
Town: Erith
Postal code: DA8 2LB
Country: United Kingdom
Telephone: +44 1322345272
Fax: +44 1322345832
V.4)Information On Value Of Contract
Total final value of the contract
Value: 2,990,032
Currency: GBP
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:
Welwyn Hatfield Council has moved to a new way of e-Tendering and worked closely with its Districts and Partners to create a joint procurement website called Supply Hertfordshire. This website is supported by BiP Solutions who provide a system called Delta-ets which is the background platform to Supply Hertfordshire.
The Pre-Qualification Process
This tender is a two stage process and you will only be invited to tender if you have successfully passed through the Pre-Qualification Questionnaire (PQQ) stage. If you wish to be considered as a tenderer you must complete and submit a completed PQQ via Tenderbox by 12.00hrs on 10th July 2013. PQQs cannot be uploaded after the closing date/time. Any supporting documents should be cross-referenced to the relevant question. If the Council requires further information concerning your application form your Organisation will be contacted.
Step 1: Registering with Supply Hertfordshire
To participate in this tender you will need to go into http://supplyhertfordshire.g2b.info/hpf/ and register, thereafter you will be issued with a USERNAME and PASSWORD. (If you have already registered with Delta-ets or Supply Hertfordshire, please follow the link above where you can log on using your existing username and password. If you have registered and have forgotten your Username and Password, please click on the forgotten password link below the log in box.) Please keep this USERNAME and PASSWORD secure, and do not pass it to any third parties.
Step 2: Completing your PQQ
To complete the PQQ for this Tender you will need to go into the Tenderbox area and enter the Tender Access Code ET7H689J9P.You will then need to download the relevant PQQ and complete. Please complete the information as fully as possible.
Step 3: Uploading Your Completed PQQ
Once you have completed your PQQ for this Tender exercise you must then “upload” your completed response in to the Tenderbox (Tender Access Code ET7H689J9P)
Please make sure you have submitted your completed PQQ to the correct Tender Access Code, the Council will not be held accountable for any errors made by a tenderer in submitting your completed PQQ.
Please note you will have to satisfactorily, pass through this pre-qualification stage to be invited to Tender via e-mail.
If you are experiencing problems, please contact the Delta helpdesk via email at support@supplyhertfordshire.g2b.info or call 0845 270 7050 Monday to Friday 9am – 5pm for further assistance.
To view this notice, please click here:
https://supplyhertfordshire.g2b.info/delta/viewNotice.html?noticeId=79370179
GO-20131111-PRO-5256313 TKR-20131111-PRO-5256312
VI.3.1)Body responsible for appeal procedures:
Welwyn Hatfield Borough Council
The Campus, Welwyn Garden City, AL8 6AE, United Kingdom
Tel. +44 1707357371, Email: a.harper@welhat.gov.uk, URL: www.welhat.gov.uk
Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
The Campus, 70 Fleet Street, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Welwyn Hatfield Borough Council
The Campus, Welwyn Garden City, AL8 6AE, United Kingdom
Tel. +44 1707357371, Email: a.harper@welhat.gov.uk, URL: www.welhat.gov.uk
VI.4)Date Of Dispatch Of This Notice: 11/11/2013