Highways Sub-Contractors East Midlands
Via East Midlands is seeking tenders from suitably experienced and qualified sub-contractors to develop a framework of specialists.
United Kingdom-Wadebridge: Construction, foundation and surface works for highways, roads
2017/S 229-476449
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
09598549
103 Higher Trenant Road
Wadebridge
PL27 6TW
United Kingdom
Contact person: Mr Tim Hack
Telephone: +44 1872327813
E-mail: procurement@cormacltd.co.uk
NUTS code: UKFInternet address(es):Main address: http://www.viaem.co.uk/
Address of the buyer profile: http://www.viaem.co.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Highways Sub-Contractors (Via East Midlands).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Via East Midlands (Via) is seeking tenders from suitably experienced and qualified sub-contractors to develop a framework of specialists. The intention is to appoint sub-contractor specialists to assist Via in carrying out highways works whilst establishing a partnering relationship, ensuring that all parties work and act in a spirit of mutual trust and cooperation. The estimated annual spend is anticipated to be between 3 500 000 GBP to 4 800 000 GBP. The framework will consist of 20 main lots and 59 sub-lots relating to Volume 1 The Specification of Highway Works. A maximum of 6 sub-contractors may be appointed to each lot / sub-lot, excepting the Rights of Way works, where a maximum of 12 sub-contractors may be appointed to each sub-lot. It is expected that the framework agreement will run for an initial period of 2 years, with the option of 2, 1 year extensions, taking the agreement to a 4 year maximum term. The main place of performance will be the county of Nottinghamshire.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Series 100 — Preliminaries
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Preliminaries, including compliance with construction, design and management regulations, provision of traffic and safety management and site welfare facilities.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lot 1.1 — Compliance with CDM 2015 Regulations.
Sub Lot 1.2 — Traffic and Safety Management.
Sub Lot 1.3 — Site Welfare Facilities (Temporary Site Accommodation).
II.2.1)Title:
Series 200 — Site Clearance Activities
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
General site clearance activities including highways related construction materials, tree removal, removal of existing bridge waterproofing and foot-way sidings.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lot 2.1 — General Site Clearance.
Sub Lot 2.2 — Removal of Individual Trees.
Sub Lot 2.3 — Removal of Bridge Waterproofing.
Sub Lot 2.4 — Foot-way Siding.
II.2.1)Title:
Series 300 — Fencing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Highways fencing, gates and stiles.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 400 — Road Restraint Systems (Vehicle and Pedestrian)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Pedestrian parapets, guardrails and cycle barriers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 500 — Drainage and Surface Ducts
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Highways surface water drainage and service ducts.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 600 — Earthworks
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Earthworks excavation, fill, compaction and disposal of material.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lots 6.1 — Excavation, 6.2 — Deposition of Fill, 6.3 — Disposal of Material, 6.4 — Imported Fill, concrete and sub base, 6.5 — Compaction, 6.6 — Geotextiles, 6.7 — Soft Spots and other Voids, 6.8 — Disused gullies, 6.9 — Topsoiling, 6.10 — Grass seeding, 6.11 — Trial Pits, 6.12 — Completion of Formation and Sub-Formation, 6.13 — Breaking up and Perforation of Redundant Pavements.
II.2.1)Title:
Series 700 — Pavements
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Construction of carriageway pavements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 1100 — Kerbs, Footways and Paved Areas
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Kerbing, footway and paving works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 1200 — Traffic Signs and Road Markings
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Traffic signs, road markings and bollards.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lot 9.1 — Traffic Signs.
Sub Lot 9.2 — Road Markings.
Sub Lot 9.3 — Permanent Bollards.
Sub Lot 9.4 — Pedestrian Refuge.
II.2.1)Title:
Series 1300 — Streetlighting
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Streetlighting works including erection of lighting columns, installation of lanterns and associated brackets and mountings.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 1400 — Trenching, Cabling and Feeder Pillars
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Streetlighting electrical works, including trenching, cabling and feeder pillar installation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 1700 — Structural Concrete
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
In situ and structural concrete works including form-work, waterproofing, and steel reinforcement for structures.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 2400 — Brickwork, Blockwork and Stonework
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Brick block and stone walling works, plus installation of gabion walling.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lot 13.1 — Brickwork.
Sub Lot 13.2 — Brickwork Repairs.
Sub Lot 13.3 — Stone Work.
Sub Lot 13.4 — Gabion Walling.
II.2.1)Title:
Carraigeway and Footway Patching
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Carraigeway and footway patching works, including disposal.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 3000 — Landscape, Ecology and Arboricultural
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Landscape, ecology and arboricultural works including vegetation clearance, seeding and turfing, tree surgery and landscape related construction and improvement works.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lots 15.1 — Ground Preparation, 15.2 — Seeding/Turfing, 15.3 — Tree Surgery, 15.4 — Tree Felling, 15.5 — Tree Removal, 15.6 — Arboricultural, 15.7 — Preliminaries, 15.8 — Clearance, 15.9 — Excavation, 15.10 — Brick/Block Walling, 15.11 — Kerbs/Edgings, 15.12 — Sub-Bases, 15.13 — Surfacing, 15.14 — Special Surfacing, 15.15 — Softworks, 15.16 — Fencing/Barriers, 15.17 — Site Furniture.
II.2.1)Title:
Series 3100 — Traffic Control Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and installation of traffic control equipment.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series 3700 — Dayworks Resources
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Dayworks resources including highways related labour, operational resources, plant and materials provision.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lot 17.1 — Labour and Operational Resource.
Sub Lot 17.2 — Plant Equipment.
Sub Lot 17.3 — Materials.
II.2.1)Title:
Series V11 — Vehicular Access
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Undertaking of vehicular accesses for members of the public.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.1)Title:
Series V30 — Rights of Way
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Rights of way related works, including installation of gates, stiles, steps and bridges on public rights of way paths and trails.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lot 19.1 — Signs.
Sub Lot 19.2 — Gates.
Sub Lot 19.3 — Stiles.
Sub Lot 19.4 — Barriers.
Sub Lot 19.5 — Vegetation.
Sub Lot 19.6 — Steps.
Sub Lot 19.7 — Bridges.
Sub Lot 19.8 — Enforcement.
II.2.1)Title:
Series V37 — Emergency Response
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This Series is for emergency response. All incidents within Nottinghamshire are to be responded to within 2 hours of receiving the call. Sub-contractors would be expected to attend site, make safe, erect road closures/diversions caused by incidents/events, road traffic accidents, hazardous chemical spillages, fuel spillages or environmental hazards of which some may be of a distressing or traumatic nature. Sub-contractors are to ensure that all incident sites are left in a manner to allow safe passage of users along the public highway. Lastly Sub-contractors would be required to gather information and produce accurate incident logs/photographic evidence to assist with efficient cost recover from third parties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
Sub Lot 20.1 — Emergency Traffic Safety and Management.
Sub Lot 20.2 — Emergency Drainage Response.
Sub Lot 20.3 — Emergency Electrical and Traffic Signals Response.
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
CORSERV Head Office, Higher Trenant Road, Wadebridge, Cornwall, PL27 6TW.
The acceptance and release of tenders will be undertaken electronically in the ProContract eTendering system by the project verifier.
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
NCH, Treyew Road
Truro
TR1 3AY
United KingdomInternet address:www.cornwall.gov.uk
VI.5)Date of dispatch of this notice:
Read More
Senior Procurement Project Manager Contract
National Strategic Salt Storage Contracts
Highway Design and Transport Planning Services Framework Contract
AGMA Civil and Structural Engineering Professional Services Framework
Highways Condition Surveys for West Sussex County Council