Framework for Maintenance to Bridges and Structures
Bridge asset management strategic maintenance intervention schemes; Bridge design, assessment and inspection;
Bridge strengthening schemes; Bridge refurbishment and rehabilitation schemes.
United Kingdom-Hertford: Bridge construction work
2016/S 106-188822
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Hertfordshire County Council
Pegs Lane
Contact point(s): Strategic Procurement Group
For the attention of: Zoe Upson
SG13 8DE Hertford
UNITED KINGDOM
Telephone: +44 01707292463
E-mail: zoe.upson@hertfordshire.gov.uk
Internet address(es):
General address of the contracting authority: www.hertsdirect.org
Address of the buyer profile: www.supplyhertfordshire.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Aylesbury Vale District Council, Bedfordshire County Council, Broxbourne Borough Council, Cambridgeshire County Council, Central Bedfordshire Council, Chiltern District Council, Dacorum Borough Council, East Herts District Council, Epping Forest District Council, Essex County Council, Harlow Council, Hertsmere Borough Council, London Borough of Barnet, London Borough of Enfield, London Borough of Harrow, London Borough of Hillingdon, Luton Borough Council, North Herts District Council, South Cambridgeshire District Council, St Albans City and District Council, Stevenage Borough Council, Three Rivers District Council, Uttlesford District Council, Watford Borough Council, Welwyn Hatfield Borough Council
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
NUTS code UKH23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 12 000 000 and 24 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
— Bridge asset management strategic maintenance intervention schemes;
— Bridge design, assessment and inspection;
— Bridge strengthening schemes;
— Bridge refurbishment and rehabilitation schemes;
— Bridge upgrade schemes;
— Other local highway structures maintenance activities.
It is anticipated that all schemes carried out as part of the Framework Agreement for the Provision of Maintenance to Bridges and Structures will be carried out on existing Highway. As such the Contractor will be required to return the highway to usable condition before works are complete. The Contractor will therefore need the capability to carry out general highways civil engineering works such as carriageway and foot-way surfacing, road markings renewal and kerbing as and when necessary.
This procurement process is a restricted process. If you wish to be considered, you must complete and submit a completed PQQ by the Closing Date and time. Submissions cannot be uploaded after the closing date/time.
To be considered as a Bidder, you must complete and submit a PQQ by the deadline of 12:00 on the 4.7.2016.
Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
Please allow sufficient time to make your return as late returns will not be permitted by the system.
Tenderers should be aware that due to the nature of the Services provided, any Framework Agreement formed as a result of this procurement process shall be executed as a deed and attested under the common seal of the Council. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate.
II.1.6)Common procurement vocabulary (CPV)
45221110, 45221112, 45221115, 45221113, 45221000, 45230000, 45221111, 50230000, 45110000, 71322300, 45220000, 45221119
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Framework Agreement will be awarded for a core period of three (3) years, with the option to extend this up to one (1) further year. Please note that the requirements of the Framework Agreement will be subject to available financial resources, supplier performance and flexibility to meet changing demands. In addition, there will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the Council will be entitled to enter into other Contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to the tender documentation.
III.2.3)Technical capacity
Please refer to the tender documentation.
Minimum level(s) of standards possibly required:
Please refer to the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please Note: Hertfordshire County Council has worked closely with its Districts and Partners to create a joint procurement portal called Supply Hertfordshire. This portal provides an eTendering system which is run by In-Tend.
To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance.
Restricted Procedure:
This procurement process is a 2 stage process and you will only be invited to tender if you have been successful at the Pre-Qualification Questionnaire (PQQ) stage. If you wish to be considered you must complete and submit a completed PQQ by the closing date and time Submissions cannot be uploaded after the closing date/time.
Any clarifications regarding this opportunity must be raised through Correspondence area in the eTendering system.
If you are experiencing problems In-Tend offer a help section which includes a dedicated UK Support Desk which can be contacted via email support@in-tend.com or telephone. +44 (0)114 407 0065 for any website / technical questions. Monday to Friday, 8:30-17:30.
The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right then they will not be responsible for, or pay the expenses or losses, which may be incurred by any tenderer as a result.
The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under the law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.
The Council reserves the right to carry out additional financial checks on all companies tendering for this Framework Agreement at any time during the procurement process, to ensure that they continue to meet the Council’s requirements and remain financially viable to perform the Framework Agreement.
VI.4.1)Body responsible for appeal procedures
See VI.4.2)
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
New Build Construction – Portland Park Development
Coventry City Council Civil Engineering Support Framework
Design and Construct Tameside Interchange
Structural and Civil Engineering for Keele University