Coastal works and general engineering works Kent
List A – Beach recycling and beach management works up to GBP 500,000. List B – Coastal works between GBP 75,000 and GBP 500,000. List C – Coastal works between GBP 500,000 and GBP 3,500,000. List D – General engineering works – up to a maximum value of GBP 250,000 per contract.
United Kingdom-Canterbury: Coastal-defence works
2014/S 096-167034
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Canterbury City Council
Military Road
For the attention of: Joanne Barton
CT1 1YW Canterbury
UNITED KINGDOM
Telephone: +44 1227862360
E-mail: procurement@canterbury.gov.uk
Further information can be obtained from: Kent Business Portal
c/o Shepway District Council Civic Centre Castle Hill Avenue
Contact point(s): Procurement
CT20 2 QY Folkestone
UNITED KINGDOM
Telephone: +44 1303853377
E-mail: tenders@shepway.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Kent Business Portal
c/o Shepway District Council Civic Centre Castle Hill Avenue
VT20 2QY Folkestone
UNITED KINGDOM
E-mail: tenders@shepway.gov.uk
Tenders or requests to participate must be sent to: Kent Business Portal
c/o Shepway District Council Civic Centre Castle Hill Avenue
CT20 2QY Folkestone
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Kent & Sussex.
NUTS code UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 8
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: 12 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
List A – Beach recycling and beach management works up to GBP 500,000.
List B – Coastal works between GBP 75,000 and GBP 500,000.
List C – Coastal works between GBP 500,000 and GBP 3,500,000.
List D – General engineering works – up to a maximum value of GBP 250,000 per contract.
It is anticipated that the contracts, over the 4 year period, will be to the value of approx. GBP 12,000,000. However, no guarantee can be given to the level of work that each bidder may be asked to tender for.
Each of the partnering authorities will enter into individual contracts for each piece of work that they wish to have undertaken during this time period.
II.1.6)Common procurement vocabulary (CPV)
45243000, 45200000, 45220000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
It is possible, that during the lifetime of the select lists, other maritime authorities with the South East Coastal Group region will wish to use the select lists to engage suppliers. Authorities expressing an interest but unable to provide monetary details at this stage are Medway Council, Lewes District Council, Hastings Borough Council, Adur and Worthing Borough Council, Eastbourne Borough Council.
There may also be joint projects between one or more authority and the Environment Agency within the coastal frontage from the Isle of Grain to Chichester Harbour, for which a contractor from the select lists will be chosen.
Estimated value excluding VAT: 12 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Beach Recycling and Beach Management Works up to GBP 500,000
1)Short description
2)Common procurement vocabulary (CPV)
45243000, 45200000, 45220000
3)Quantity or scope
— 2 contractors provided from the last tender of similar work and value for any of partner councils. This will be the winner and second most competitive bidder.
— Up to 2 contractors selected by the partner councils for the contract on the basis of previous high standard of work and good performance on at least two previous contracts for that partner within the last five years;
— At least 2 contractors provided by rotation from the remaining contractors on the list.
If a contractor will not be able to provide a quotation (for whatever reason) they will not be penalised but will be asked again at a later date if they would wish to quote.
Lot No: 2 Lot title: Coastal works between GBP 75,000 and GBP 500,00
1)Short description
— Construction of timber groynes, mainly in tropical hardwood;
— Construction of rock groynes, rock revetments and similar structures;
— Beach replenishments, predominantly with sea delivery, and beach recycling operations;
— New and refurbished seawall construction mainly in mass and reinforced concrete plus other ancillary concrete structures;
— Sheet piling to sea defence structures and other piling and foundation works;
— Ancillary works including drainage, paving, road construction, hard landscaping and slope stability works.
2)Common procurement vocabulary (CPV)
45243000
3)Quantity or scope
— 2 contractors provided from the last tender of similar work and value for any partner councils. This will be the winner and second most competitive bidder.
— Up to 2 contractors selected by the partner councils for the contract on the basis of previous high standard of work and good performance on at least two previous contracts for that partner within the last five years;
— At least 2 contractors provided by rotation from the remaining contractors on the list.
If a contractor will not be able to provide a quotation (for whatever reason) they will not be penalised but will be asked again at a later date if they would wish to quote.
Lot No: 3 Lot title: Coastal works between GBP 500,000 and GBP 3,500,000
1)Short description
— Construction of timber groynes, mainly in tropical hardwood;
— Construction of rock groynes, rock revetments and similar structures;
— Beach replenishments, predominantly with sea delivery, and beach recycling operations;
— New and refurbished seawall construction mainly in mass and reinforced concrete plus other ancillary concrete structures;
— Sheet piling to sea defence structures and other piling and foundation works;
— Ancillary works including drainage, paving, road construction, hard landscaping and slope stability works.
2)Common procurement vocabulary (CPV)
45243000
3)Quantity or scope
— 2 contractors provided from the last tender of similar work and value for any partner councils. This will be the winner and second most competitive bidder.
— Up to 2 contractors selected by the partner councils for the contract on the basis of previous high standard of work and good performance on at least 2 previous contracts for any member of the partner councils within the last 5 years.
— At least 2 contractors provided by rotation from the remaining contractors on the list.
If a contractor will not be able to provide a quotation (for whatever reason) they will not be penalised but will be asked again at a later date if they would wish to quote.
Lot No: 4 Lot title: General engineering works – up to a maximum value of GBP 250,000
1)Short description
2)Common procurement vocabulary (CPV)
45200000, 45220000
3)Quantity or scope
— 2 contractors provided from the last tender of similar work and value for any of partner councils. This will be the winner and second most competitive bidder.
— Up to 2 contractors selected by the partner councils for the contract on the basis of previous high standard of work and good performance on at least 2 previous contracts for that partner within the last 5 years.
— At least 2 contractors provided by rotation from the remaining contractors on the list.
If a contractor will not be able to provide a quotation (for whatever reason) they will not be penalised but will be asked again at a later date if they would wish to quote.
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
(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 of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Available in the PQQ documentation.
Minimum level(s) of standards possibly required: Available in the documentation.
III.2.3)Technical capacity
As per the PQQ and specific contract requirements that may arise when each tender is issued.
Minimum level(s) of standards possibly required:
As described in each tender that is issued.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
Objective criteria for choosing the limited number of candidates: 8 companies per lot as detailed in the PQQ documentation.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Completion of the PQQ documentation.
Shepway District Council will issue the pre-qualification documentation electronically via the Kent Business Portal (www.kentbusinessportal.org.uk) on behalf of Canterbury City Council. The majority of the questions and answers must be completed on-line. There is also the facility to upload applicable documentation where this is requested. Please note that there is no a size limit to the documents that you can upload so please ensure that we have sufficient information about you to make an informed decision. Please ensure that documentation is cross referenced to the question you are answering to ensure that there is no miss-understanding.
Each application will be considered on its own merits and we cannot take into account any information that has not been specifically provided in response to this advert. You are advised that should you have provided information previously or already be included in the current select list, you will still be required to provide all of the information that is requested. The evaluating panel will be made up of a number of officers from different authorities and they will only be evaluating documents supplied or answers given.
Please ensure that you complete all of the PQQ questions where it is indicated that they are mandatory.
Failure to answer questions can invalidate your whole submission or at best could mean a loss of points for your submission.
The PQQ can be completed on-line over various days, saved and worked on later.
Please answer questions specifically for your organisation (if you are part of a larger group). If however you have adopted group policies, please answer accordingly.
Clearly indicate which of the 4 lists you are applying for.
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
Royal Court of Justice
The Strand
WC2 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: