Woking Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Victoria Arch |
Notice type: | Contract Notice |
Authority: | Woking Borough Council |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Woking Borough Council is seeking to improve pedestrian and cyclist permeability and reduce congestion by undertaking modifications to the existing Victoria Arch. A contractor is to be procured via a two stage design and build route to develop the scheme. A feasibility has been undertaken resulting in the provision of two tunnels beneath the railway line, to each side of the Victoria Arch, being the preferred option. |
Published: | 02/01/2013 13:22 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Woking Borough Council
Civic Office, Gloucester Square, Woking, GU21 6YL, United Kingdom
Tel. +44 1483755855, Email: mark.rolt@woking.gov.uk, URL: http://www.woking.gov.uk
Contact: Mark Rolt, Attn: Mark Rolt
Electronic Access URL: https://www.delta-esourcing.com/delta
Electronic Submission URL: https://www.delta-esourcing.com/delta
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
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: Victoria Arch
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Design and Execution
Region Codes: UKJ23 - Surrey
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: Not Provided
II.1.5)Short description of the contract or purchase:
Building construction work. Woking Borough Council is seeking to improve pedestrian and cyclist permeability and reduce congestion by undertaking modifications to the existing Victoria Arch. A contractor is to be procured via a two stage design and build route to develop the scheme. A feasibility has been undertaken resulting in the provision of two tunnels beneath the railway line, to each side of the Victoria Arch, being the preferred option.
II.1.6)Common Procurement Vocabulary:
45210000 - Building construction work.
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:
Progression of the feasibility option for two tunnels beneath the railway line through design and construction stages, subject to agreement of Stage 2 costs for construction.
Estimated value excluding VAT:
Range between: 4.7 and 7.8
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The preferred option is for two tunnels, one on each side of the Victoria Arch. The tunnels will provide pedestrian and cyclist access beneath the arch. The removal of pedestrians and cyclists from the highway will be permit widening of the carriageways passing beneath the arch. Due to surrounding developments further modelling is being undertaken to confirm the requirement for both tunnels.
If known, Provisional timetable for recourse to these options:
Duration in months: 18 (from the award of the contract)
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:
Completion: 01/04/2015
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:
A performance bond or parent company guarantee may be required, further information will be issued with the invitation to tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be in accordance with the chosen contract, further information will be issued with the invitation to tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
One member of the group would be required to accept lead responsibility.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The contractor will be required to comply and discharge Network Rail requirements and conditions.
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.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As stated within the pre-qualification questionnaire.
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 and maximum number: 8
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: Victoria Arch
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: 07/02/2013
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: 14/02/2013
Time: 17:00
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: To receive the PQQ documentation and submit your response, please follow the instructions below:
The Council intends to use an e-tendering system in this procurement exercise. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on: https://www.delta-esourcing.com/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following access code: 94JS7WGFA3. Please ensure you follow any instruction provided to you here. The deadline for submitting your response to the PQQ is 14 February 2013 (17:00). Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, particularly as you have been asked to upload documents. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email helpdesk@delta-esourcing.com The documents will be available to download from the Delta eSourcing website at 09:00 hours on Thursday 03 January 2013. All applicants must complete and return the PQQ by 17:00 on Thursday 14 February 2013.
All dates and time periods specified in this notice are only provisional and the contracting authority reserves the right to change these. If any candidate considers that any information supplied by them is either commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of such sensitivity specified. In such cases the relevant material will, in response to request made under the Freedom of Information (FOI) Act 2000, to be examined in the light of exemptions for in that Act. The contract shall be made in England and according to English Law and subject to the exclusive jurisdiction of the English Courts. The contracting authority reserves the right not to make any award.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Woking:-Building-construction-work./94JS7WGFA3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/94JS7WGFA3
GO-201312-PRO-4489419 TKR-201312-PRO-4489418
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. Tenderers have two working days from notification of award decision to request additional debriefing and that information has to be provided a minimum three working days before expiry of the standstill period. Such additional information should be requested from the address in I.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of rules to take action in the High Court. Any such action must be brought promptly (generally within three months). Where a contract has not been entered into the
court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
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: 02/01/2013
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Turner & Townsend
7 Savoy Court, Strand, London, WC2R 0EX, United Kingdom
Tel. +44 02077598403, Email: kaily.player@turntown.co.uk
Contact: Kaily Player, Attn: Kaily Player
II) Addresses and contact points from which specifications and additional documents can be obtained:
Turner & Townsend
7 Savoy Court, Strand, London, WC2R 0EX, United Kingdom
URL: https://www.delta-esourcing.com/delta
III) Addresses and contact points to which tenders/requests to participate must be sent:
Turner & Townsend
7 Savoy Court, Strand, London, WC2R 0EX, United Kingdom
URL: https://www.delta-esourcing.com/delta
Contact: Delta portal address: http://www.delta-esourcing.co./delta