Blackburn with Darwen Borough Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | The SUPPLY AND DELIVERY OF A HIGHWAY CORING & LABORATORY TESTING SERVICE |
Notice type: | Contract Notice |
Authority: | Blackburn with Darwen Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Blackburn with Darwen Borough Council (BwDBC) is looking to award a Contract to supply and deliver a Highway Coring & Laboratory Testing Service for which suppliers are invited to tender. The contract will be based on a standard range of services as detailed in this specification and associated pricing schedule. The Tenderer will supply the range of services as and when required, to the Council at the contract price. 1.1 Blackburn with Darwen Borough Council wishes to undertake a regular programme of highway coring works for utility reinstatements within the Council’s highway network. The purpose of this approach is to determine compliance with the requirements of the ‘Specification for the Reinstatement of Openings in Highways 1st, 2nd and 3rd Edition’, and the HAUC (UK) Advice Note No. 2012/01 (or any amendment thereof), and dependant on the actual completion date of the reinstatement. |
Published: | 05/08/2013 14:31 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Blackburn with Darwen Borough Council
Blackburn with Darwen Borough Council, Town Hall, King William Street, Blackburn, BB1 7DY, United Kingdom
Tel. +44 1254585636, Email: steven.oldham@blackburn.gov.uk, URL: www.blackburn.gov.uk
Contact: Steven Oldham, Attn: Steven Oldham
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: The SUPPLY AND DELIVERY OF A HIGHWAY CORING & LABORATORY TESTING SERVICE
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKD41 - Blackburn with Darwen
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with a single operator
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 360,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Highway maintenance work. Road inspection services. Surface surveying services. Composition and purity testing and analysis services. Blackburn with Darwen Borough Council (BwDBC) is looking to award a Contract to supply and deliver a Highway Coring & Laboratory Testing Service for which suppliers are invited to tender.
The contract will be based on a standard range of services as detailed in this specification and associated pricing schedule. The Tenderer will supply the range of services as and when required, to the Council at the contract price.
1.1 Blackburn with Darwen Borough Council wishes to undertake a regular programme of highway coring works for utility reinstatements within the Council’s highway network. The purpose of this approach is to determine compliance with the requirements of the ‘Specification for the Reinstatement of Openings in Highways 1st, 2nd and 3rd Edition’, and the HAUC (UK) Advice Note No. 2012/01 (or any amendment thereof), and dependant on the actual completion date of the reinstatement.
II.1.6)Common Procurement Vocabulary:
45233139 - Highway maintenance work.
71631480 - Road inspection services.
71353000 - Surface surveying services.
71610000 - Composition and purity testing and analysis 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: 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:
Not Provided
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: 04/11/2013
Completion:
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:
Not Provided
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: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
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;
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;
(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;
(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;
(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 in the ITT
Minimum Level(s) of standards possibly required:
As stated in the ITT
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: Open
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: MDBA/ST 2013
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: 20/09/2013
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 30/09/2013
Time: 17:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=68429051
GO-201385-PRO-5011835 TKR-201385-PRO-5011834
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Following the evaluation of tenders, Blackburn with Darwen Borough Council will incorporate a minimum of 10 calendar days standstill period: this period will commence from the point that the information required by regulation 32 of the Public Contracts Regulations 2006 (SI 2006 No 5) ("the Regulations") on the award of the contract is communicated to all tenderers and candidates. If an appeal regarding the award of a contract has not been successfully resolved the Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within the time limits set out in the Regulations. The purpose of the standstill period referred to above is to allow parties to raise any issues and if necessary apply to the Courts to set aside the award decision before the contract is entered into.
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: 05/08/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Blackburn: Highway maintenance work.
I.1)Name, Addresses and Contact Point(s):
Blackburn with Darwen Borough Council
Blackburn with Darwen Borough Council, Town Hall, King William Street, Blackburn, BB1 7DY, United Kingdom
Tel. +44 1254585636, Email: steven.oldham@blackburn.gov.uk, URL: www.blackburn.gov.uk
Contact: Steven Oldham, Attn: Steven Oldham
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: THE SUPPLY AND DELIVERY OF A HIGHWAY CORING & LABORATORY TESTING SERVICE
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: UKD41 - Blackburn with Darwen
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):
Highway maintenance work. Road inspection services. Surface surveying services. Composition and purity testing and analysis services. Blackburn with Darwen Borough Council (BwDBC) has awarded a Contract to supply and deliver a Highway Coring & Laboratory Testing Service.
The contract will be based on a standard range of services as detailed in this specification and associated pricing schedule. The Tenderer will supply the range of services as and when required, to the Council at the contract price.
1.1 Blackburn with Darwen Borough Council wishes to undertake a regular programme of highway coring works for utility reinstatements within the Council’s highway network. The purpose of this approach is to determine compliance with the requirements of the ‘Specification for the Reinstatement of Openings in Highways 1st, 2nd and 3rd Edition’, and the HAUC (UK) Advice Note No. 2012/01 (or any amendment thereof), and dependent on the actual completion date of the reinstatement.
II.1.5)Common procurement vocabulary:
45233139 - Highway maintenance work.
71631480 - Road inspection services.
71353000 - Surface surveying services.
71610000 - Composition and purity testing and analysis 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)
Value: 780,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 60
Quality - 40
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: MDBA/ST 2013
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 153 - 266871 of 08/08/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 04/03/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Pavement Testing Services Ltd
Postal address: Fairclough House, Church Street, Adlington
Town: Chorley
Postal code: PR7 4EX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=94467623
GO-2014414-PRO-5604393 TKR-2014414-PRO-5604392
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Following the evaluation of tenders, Blackburn with Darwen Borough Council will incorporate a minimum of 10 calendar days standstill period: this period will commence from the point that the information required by regulation 32 of the Public Contracts Regulations 2006 (SI 2006 No 5) ("the Regulations") on the award of the contract is communicated to all tenderers and candidates. If an appeal regarding the award of a contract has not been successfully resolved the Regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within the time limits set out in the Regulations. The purpose of the standstill period referred to above is to allow parties to raise any issues and if necessary apply to the Courts to set aside the award decision before the contract is entered into.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 14/04/2014