Construction Work London Gateway Port
C4512 – Design and Construction of Gate Complex, Pavements and Associated Infrastructure.
UK-Stanford-le-Hope: construction work
2012/S 58-095048
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
London Gateway Port Limited
Gate 2, The Manorway
For the attention of: Technical Coordinator
SS17 9PD Stanford-le-Hope
UNITED KINGDOM
Telephone: +44 1375648300
E-mail: lgpha@londongateway.com
Internet address(es):
General address of the contracting entity: www.londongateway.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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)Main activity
Port-related activities
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
C4512 – Design and Construction of Gate Complex, Pavements and Associated Infrastructure.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
NUTS code UKH32
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
The design and construction of a gate complex, railside interchange and associated pavements and services.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45233000, 45233120, 45232450, 71314100, 65100000, 32571000, 44212320
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about 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:
To serve the port operations of London Gateway a gate complex including all gate control buildings and gate cabins, a problem resolution building, a railside interchange area, a Customs X-Ray area, and all associated heavy duty pavements and services are to be developed along the land side boundary of the port. All of this area is paved and services installed for truck parking, examinations and container storage.
II.2.2)Information about options
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
Duration in months: 9 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company guarantee and performance bond will be required. Other deposits and guarantees required will be specified in the pre-qualification questionnaire.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The financing conditions required will be specified in the pre-qualification questionnaire.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The legal form required will be specified in the pre-qualification questionnaire.
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
Information and formalities necessary for evaluating if the requirements are met: The relevant means of proof will be specified in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The relevant means of proof will be specified in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The relevant means of proof will be specified in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
C4512 – Gate Complex, Pavements and Associated Infrastructure
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 24.4.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.4.2012 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
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:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.3.2012