Swindon Borough Council: Bruce Street Bridges and Newcome Drive Highway Improvements

  Swindon Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Bruce Street Bridges and Newcome Drive Highway Improvements
Notice type: Contract Notice
Authority: Swindon Borough Council
Nature of contract: Works
Procedure: Open
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 Newcome Drive, are to be progressed as a priority. Works to Bruce Street Bridges and Newcome Drive are designed to improve the Swindon road network at these two key locations on Great Western Way. The work involves realignment of the existing four mini-roundabout arrangement into a single gyratory at Bruce Street Bridges, and the installation of a new signalised junction at Newcome Drive. Improved drainage is also to be installed at both locations. The contract is expected to begin on 22nd September 2014 for a period of 14 months. Mobilisation is likely to begin immediately after contract award, and construction is expected to be completed through a phased delivery. Newcome Drive and works to Rodbourne Road are scheduled to commence on the first day of the contract, with Bruce Street Bridges scheduled to commence several weeks later.
Published: 14/05/2014 14:37

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 1793463449, Email: sturner3@swindon.gov.uk, URL: http://www.swindon.gov.uk/Pages/Home.aspx
      Contact: Sam Turner, Attn: Sam Turner
      Electronic Access URL: https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_opportunity?openForm&opp_id=OPP-HIS-9K3J-D4BK0P&contract_id=CONTRACT-9K3H-3VEMYS&org_id=ORG-SWCE-7HXJH4&from=
      Electronic Submission URL: https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_opportunity?openForm&opp_id=OPP-HIS-9K3J-D4BK0P&contract_id=CONTRACT-9K3H-3VEMYS&org_id=ORG-SWCE-7HXJH4&from=

      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: Bruce Street Bridges and Newcome Drive Highway Improvements
      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. Various surface works. Carriageway resurfacing works. Resurfacing works. Installation of road signs. Installation of road signals. Flood-prevention works. Ground-drainage work. Drainage construction works. Drainage and surface works. Drainage works. Main road construction works. Secondary road construction work. Roundabout construction work. Construction work for highways. 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 Newcome Drive, are to be progressed as a priority.

Works to Bruce Street Bridges and Newcome Drive are designed to improve the Swindon road network at these two key locations on Great Western Way. The work involves realignment of the existing four mini-roundabout arrangement into a single gyratory at Bruce Street Bridges, and the installation of a new signalised junction at Newcome Drive. Improved drainage is also to be installed at both locations.

The contract is expected to begin on 22nd September 2014 for a period of 14 months. Mobilisation is likely to begin immediately after contract award, and construction is expected to be completed through a phased delivery. Newcome Drive and works to Rodbourne Road are scheduled to commence on the first day of the contract, with Bruce Street Bridges scheduled to commence several weeks later.
         
      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.
         
         45233200 - Various surface works.
         
         45233223 - Carriageway resurfacing works.
         
         45233251 - Resurfacing works.
         
         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.
         
         45233121 - Main road construction works.
         
         45233123 - Secondary road construction work.
         
         45233128 - Roundabout construction work.
         
         45233130 - Construction work for highways.
         

      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:
      Further detail on the quantity and scope of works is available within the Invitation to Tender documentation, which can be accessed from the Supplying the South West Portal.
https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_opportunity?openForm&opp_id=OPP-HIS-9K3J-D4BK0P&contract_id=CONTRACT-9K3H-3VEMYS&org_id=ORG-SWCE-7HXJH4&from=                  
         Estimated value excluding VAT:
         Range between: 3,200,000 and 4,000,000
         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      
         Starting: 04/09/2014
         Completion: 30/10/2015

   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. Further detail on the Form of Performance Bond is available within the Invitation to Tender documentation, which can be accessed from the Supplying the South West Portal.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Financing will be from a combination of Swindon Borough Council's own resources and DfT grant funding. All payments will be made by Swindon Borough Council. Payments to the Contractor are expected to be monthly 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.

      All applicants are required to register on the ‘Supplying The South West Portal’ which is available at www.supplyingthesouthwest.org.uk. All applicants will be able to download the Invitation to Tender (ITT) from this portal which should be completed and returned to:
Law and Democratic Services
Swindon Borough Council
Civic Offices
Euclid street
Swindon
SN1 2JH.
If you have difficulty in accessing the link to the Supplying the South West Portal in 1.1 please cut and paste the URL into your browser and click. This should take you to the relevant page on the portal.
Points of clarification about the ITT can be raised with Sam Turner via the Supplying The South West Portal. All clarification statements will be made available to all Tenderers at the Supplying the South West Portal: www.supplyingthesouthwest.org.uk . It will be the responsibility of the Tenderer to check this site regularly for updated versions of the clarification statements that the Employer will upload on to this portal.
You must ensure that your completed ITT is returned to the aforementioned address by 12.00 noon on Monday 30th June 2014      
      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:
         Please refer to the ITT documents for full details         
         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:
         Evidence of previous experience (within the last three years) on similar works is requested in the Supplier Selection Questionnaire.
Please see ITT for full details of Technical capacity required.         
         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: 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: 0180      
      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: 16/06/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 23/06/2014
         Time: 12:00      
      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
         Duration in days: 120
      
      IV.3.8)Conditions for opening tenders
         Date: 01/07/2014
         Time: 10:00
         Persons authorised to be present at the opening of tenders: No


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=98737923
GO-2014514-PRO-5669717 TKR-2014514-PRO-5669716
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Swindon Borough Council
      Euclid Street, Swindon, SN2 2JH, United Kingdom

      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:
            Swindon Borough Council
      Euclid Street, Swindon, SN2 2JH, United Kingdom

   VI.5) Date Of Dispatch Of This Notice: 14/05/2014

ANNEX A

View any Notice Addenda

View Award Notice