Swindon Borough Council: Great Western Way Highway Improvements and Flood Alleviation Scheme

  Swindon Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Great Western Way Highway Improvements and Flood Alleviation Scheme
Notice type: Contract Notice
Authority: Swindon Borough Council
Nature of contract: Works
Procedure: Restricted
Short Description: Swindon’s growth and the subsequent strains on its transport and drainage networks require a scheme aimed at reducing the flow of traffic levels flowing through the town centre. The improvement of a number of junctions along the Great Western Way are to be implemented, the first of which, Bruce Street Bridges and Newcombe Drive, are to be progressed as a priority. Works to Bruce Street Bridges and Newcombe Drive include realignment of carriageways and footways to improve traffic flow and traffic capacity. At the same time, three major flood risk assessment programmes have all identified the catchment areas associated with Rodbourne Lagoons, as an area of high flood risk. Rodbourne Flood Alleviation works include underground flood storage to be aligned with existing infrastructure at seven strategic locations. The construction of the Rodbourne Flood Alleviation scheme and Newcombe Drive is scheduled to commence in April 2014, with Bruce Street Bridges scheduled to commence in July 2014 The contract is expected to begin on 17th March 2014 for a period of 16 months. Mobilisation is likely to begin immediately after contract award, and construction is expected to be completed through a phased delivery. Rodbourne Flood Alleviation scheme and Newcombe Drive are scheduled to commence in April 2014, with Bruce Street Bridges scheduled to commence in July 2014.
Published: 08/08/2013 14:58

View Full Notice

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

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Swindon Borough Council,
      Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
      Tel. +44 1793463415, Email: zmoore@siwndon.gov.uk, URL: www.swindon.gov.uk
      Contact: Zoe Moore, Attn: Zoe Moore
      Electronic Access URL: https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_opportunity?openForm&contract_id=CONTRACT-SWCE-9ABLSQ&opp_id=OPP-HIS-SWCE-9ADKK6&search_id=&org_id=ORG-SWCE-7HXJH4&from=supplier_home
      Electronic Submission URL: https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_opportunity?openForm&contract_id=CONTRACT-SWCE-9ABLSQ&opp_id=OPP-HIS-SWCE-9ADKK6&search_id=&org_id=ORG-SWCE-7HXJH4&from=supplier_home

      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: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Great Western Way Highway Improvements and Flood Alleviation Scheme
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS         Execution


         Region Codes: UKK14 - Swindon         
      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. Road construction works. Road junction construction work. Roadworks. Installation of road signs. Installation of road signals. Flood-prevention works. Ground-drainage work. Drainage construction works. Drainage and surface works. Drainage works. Roundabout construction work. Secondary road construction work. Construction work for highways. Carriageway resurfacing works. Swindon’s growth and the subsequent strains on its transport and drainage networks require a scheme aimed at reducing the flow of traffic levels flowing through the town centre. The improvement of a number of junctions along the Great Western Way are to be implemented, the first of which, Bruce Street Bridges and Newcombe Drive, are to be progressed as a priority. Works to Bruce Street Bridges and Newcombe Drive include realignment of carriageways and footways to improve traffic flow and traffic capacity.

At the same time, three major flood risk assessment programmes have all identified the catchment areas associated with Rodbourne Lagoons, as an area of high flood risk. Rodbourne Flood Alleviation works include underground flood storage to be aligned with existing infrastructure at seven strategic locations.

The construction of the Rodbourne Flood Alleviation scheme and Newcombe Drive is scheduled to commence in April 2014, with Bruce Street Bridges scheduled to commence in July 2014

The contract is expected to begin on 17th March 2014 for a period of 16 months. Mobilisation is likely to begin immediately after contract award, and construction is expected to be completed through a phased delivery. Rodbourne Flood Alleviation scheme and Newcombe Drive are scheduled to commence in April 2014, with Bruce Street Bridges scheduled to commence in July 2014.
         
      II.1.6)Common Procurement Vocabulary:
         45233000 - Construction, foundation and surface works for highways, roads.
         
         45233100 - Construction work for highways, roads.
         
         45233120 - Road construction works.
         
         45233125 - Road junction construction work.
         
         45233140 - Roadworks.
         
         45233290 - Installation of road signs.
         
         45233294 - Installation of road signals.
         
         45246400 - Flood-prevention works.
         
         45111240 - Ground-drainage work.
         
         45232450 - Drainage construction works.
         
         45232451 - Drainage and surface works.
         
         45232452 - Drainage works.
         
         45233128 - Roundabout construction work.
         
         45233123 - Secondary road construction work.
         
         45233130 - Construction work for highways.
         
         45233223 - Carriageway resurfacing works.
         

      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: 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:
      Road Network: Works to Bruce Street Bridges and Newcombe Drive to improve the Swindon road network at these two key locations on Great Western Way.-   
Flood Alleviation: Works to Rodbourne Road, Cheney Manor industrial estate and surrounding residential area to alleviate frequent surface water and property flooding.
Phasing of the works is critical. Further and more detailed information will be contained within the Invitation to Tender documentation, which will be issued subsequently to prequalified applicants.                  
         Estimated value excluding VAT:
         Range between: 5,500,000 and 6,800,000
         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      
         Duration in months: 16 (from the award of the contract)

   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:
      The Authority shall require sureties to the extent or value of 10% at least of the net cost of the works. The successful bidder shall provide the following Surety:

a Bond or Guarantee in a form approved by SBC Director of Law and Democratic Services provided by a Bank, Insurance Company or other surety acceptable to SBC Board Director Resources
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Financing will be from a combination Swindon Borough Council's own resources and Dft/EA grant funding. All payments will be made by Swindon Borough Council. Payments to the Contractor will be monthly consolidated billing in accordance with the provisions of the NEC3 Engineering and Construction Contract.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not applicable
      
      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.
      
      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.
         
         Minimum Level(s) of standards possibly required:
         Please refer to the Tender documents for further information
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to the Tender documents for further information         
         Minimum Level(s) of standards possibly required:
         Please refer to the Tender documents for further information      
      III.2.4)Information about reserved contracts: 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: 5         
         Objective Criteria for choosing the limited number of candidates:
         60% Technical & Professional Ability
40% Experience & Track Record   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Pricing - 70
            Quality - 30

      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: 0149/1&2      
      IV.3.2)Previous publication(s) concerning the same contract: No

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

      Date: 11/09/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 18/09/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=67791507
GO-201388-PRO-5022013 TKR-201388-PRO-5022012
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      Body responsible for mediation procedures:
               Swindon Borough Council
         Swindon

      VI.4.2)Lodging of appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 08/08/2013

ANNEX A

View any Notice Addenda

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

Section I: Contracting Authority
   Title: UK-Swindon: Construction, foundation and surface works for highways, roads.
   I.1)Name, Addresses And Contact Point(s)
      Swindon Borough Council,
      Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
      Tel. +44 1793463415, Email: zmoore@siwndon.gov.uk, URL: www.swindon.gov.uk
      Contact: Zoe Moore, Attn: Zoe Moore
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Great Western Way Highway Improvements and Flood Alleviation Scheme
      II.1.2)Short description of the contract or purchase:
      Construction, foundation and surface works for highways, roads. Construction work for highways, roads. Road construction works. Road junction construction work. Roadworks. Installation of road signs. Installation of road signals. Flood-prevention works. Ground-drainage work. Drainage construction works. Drainage and surface works. Drainage works. Roundabout construction work. Secondary road construction work. Construction work for highways. Carriageway resurfacing works. Swindon’s growth and the subsequent strains on its transport and drainage networks require a scheme aimed at reducing the flow of traffic levels flowing through the town centre. The improvement of a number of junctions along the Great Western Way are to be implemented, the first of which, Bruce Street Bridges and Newcombe Drive, are to be progressed as a priority. Works to Bruce Street Bridges and Newcombe Drive include realignment of carriageways and footways to improve traffic flow and traffic capacity.

At the same time, three major flood risk assessment programmes have all identified the catchment areas associated with Rodbourne Lagoons, as an area of high flood risk. Rodbourne Flood Alleviation works include underground flood storage to be aligned with existing infrastructure at seven strategic locations.

The construction of the Rodbourne Flood Alleviation scheme and Newcombe Drive is scheduled to commence in April 2014, with Bruce Street Bridges scheduled to commence in July 2014

The contract is expected to begin on 17th March 2014 for a period of 16 months. Mobilisation is likely to begin immediately after contract award, and construction is expected to be completed through a phased delivery. Rodbourne Flood Alleviation scheme and Newcombe Drive are scheduled to commence in April 2014, with Bruce Street Bridges scheduled to commence in July 2014.
      
      II.1.3)Common procurement vocabulary:
      45233000 - Construction, foundation and surface works for highways, roads.
      
      45233100 - Construction work for highways, roads.
      
      45233120 - Road construction works.
      
      45233125 - Road junction construction work.
      
      45233140 - Roadworks.
      
      45233290 - Installation of road signs.
      
      45233294 - Installation of road signals.
      
      45246400 - Flood-prevention works.
      
      45111240 - Ground-drainage work.
      
      45232450 - Drainage construction works.
      
      45232451 - Drainage and surface works.
      
      45232452 - Drainage works.
      
      45233128 - Roundabout construction work.
      
      45233123 - Secondary road construction work.
      
      45233130 - Construction work for highways.
      
      45233223 - Carriageway resurfacing works.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: 0149/1&2      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 114910
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 155 - 269694 of 08/08/2013      
      IV.2.4)Date of dispatch of the original Notice: 08/08/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The awarding procedure has been declared unsucessful. The contract may be the object of a re-publication.

      VI.4)Other 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=97946793
GO-201456-PRO-5651895 TKR-201456-PRO-5651894

      VI.5)Date of dispatch: 06/05/2014

View Award Notice