Contract for Works to Highways Structures and Highways Remedial Works
Somerset County Council (the Council) wishes to establish a framework agreement with a number of Suppliers for the Provision of Works to Highway Structures and Highways Remedial Works.
United Kingdom-Taunton: Construction-related services
2013/S 216-376112
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Somerset County Council and Taunton Deane Borough Council
Somerset County Council – Commissioning Economic and Community Infrastructure, County Hall
For the attention of: Jamie Walker
TA1 4DY Taunton
UNITED KINGDOM
Telephone: +44 1823356730
E-mail: jzwalker@somerset.gov.uk
Public order and safety
Environment
Economic and financial affairs
Social protection
Education
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: South West England.
NUTS code UKK
maximum number of participants to the framework agreement envisaged: 20
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 10 000 000 GBP
Lot No. 1 – Works to Highways Structures
The Council is responsible for around 2,500 highway bridges, walls and other highway structures. These structures span or support the highway over or adjacent to natural and man-made watercourses (of all sizes), railways, other highways and public rights of way, the sea, and private / commercial properties, roads, tracks and paths. The structures are spread all over the County in urban and rural locations and can be on, next to or remote from the highway.
Highway Structures comprise a wide range of types. The most common construction material in the structure stock is masonry, but also includes concrete, iron, steel, aluminium, timber, polymers and composite structures in substantial quantities. Works to Highway Structures will require Contractor competency in working with a full range of modern and traditional construction materials and techniques. Frequently, structures work requires deep excavation, embankment work, working over or next to water courses, railways and other highways.
Working within watercourses may require flood defence consent and compliance to site specific compulsory conditions. Other consents may also require specific compulsory conditions including, but not limited to, heritage, conservation and ecological mitigation measures.
As a result of the selection procedure, Contractors may be required to undertake works in relation to highway or non-highway structures. These works may include, but not limited to, maintenance or improvement works partly funded out of the Council’s Local Transport Plan ‘Structural Maintenance Block’. The Local Transport Plan is revised annually and subject to annual performance review by the Government. The Council and Government, therefore, places a high priority on delivery of this works programme to time and budget, whilst causing minimum disruption and congestion.
It is possible that Suppliers will be issued Package Orders relating to certain elements of the general routine maintenance repairs to Highway Structures. The Employer however reserves the right to issue Package Orders to Suppliers for routine maintenance operations if circumstances arise where it is identified that the Supplier is best placed to deliver general routine services for specific works.
It is possible that Suppliers will be issued Time Charge Orders to assist the Employer’s Agent with his development of a Work Package. Time Charge Orders may also be issued where the Employer’s Agent seeks early Contractor involvement or other similar provision of services in respect to works to highway structures.
A substantial number of the Council’s highway structures are scheduled ancient monuments, listed buildings or of other heritage value. Somerset has large expanses of sites of specific interest, sites of special scientific interest, areas of outstanding natural beauty and national parks. Consequently these require maintenance work to exacting heritage standards using traditional materials and techniques and the conformity to consents received.
Measures to deal safely and efficiently with buried and overhead utilities are required at nearly all sites.
Many structures are partly/largely submerged in water and/or may be defined as a ‘confined space’ requiring special provisions and appropriately trained staff for safe access/working.
Work to structures on or near live railways will require safety provisions acceptable to Network Rail or other railway companies which may also include working unsociable hours.
There may be a requirement to work extended and/or unsociable hours on projects depending on local requirements.
There will be sites that require the Council to undertake ecological surveys that may impose additional constraints/conditions on the Contractor.
Works to Highway Structures requires stakeholder consultation and very frequently temporary and permanent works approvals. The Contractor will be required to carry out works related liaison (final preparations, conducting of works, direct liaison with other authorities, other contractors, parish councils and utility companies etc.) and to comply with conditions and approvals that have been given in order for works to proceed.
Local liaison could take the form of letter drops, advance signing and/or notices; though other methods may ne necessary.
The County places great emphasis on public engagement in its schemes and projects. Contractor’s will need to be public focused and provide an approachable and friendly interaction with the general public whilst undertaking task’s effectively and efficiently.
Lots No. 2, 3 4 & 5 – Highways Remedial Works
Instances may arise from time to time where Somerset County Council (the Employer) requires Remedial Works to be completed to third party works on or adjacent to highways within Somerset.
Remedial Works may refer to rectification of part(s) of or all of schemes previously issued as works orders to third parties. Remedial Works may also refer to completion of outstanding works that have previously been issued as works orders to third parties, but that remain incomplete.
Types of Remedial Work include but are not limited to earthworks, drainage, kerbing, road-marking, patching, fencing, footway, carriageway, cycleway, traffic signals and lighting works either in the singular or by combination thereof. Instances may arise whereby specialist surfacing techniques require Remedial Works; specialist surfacing includes but is not limited to slurry sealing, high friction surfacing and surface dressing.
The Remedial Works are divided by category of work into four lots as listed below.
Lot 2 Carriageway surfacing.
Lot 3 Miscellaneous Highway Works.
Lot 4 Traffic Signals.
Lot 5 Highway Lighting.
71500000, 71311220, 71631450, 45233100, 45221100, 45230000, 44212110, 44212120, 50200000, 50230000, 50232000, 50232100, 50232200, 71300000, 71000000
Tenders may be submitted for one or more lots
Information about lots
Lot No: 1 Lot title: Works to Highways Structures
71500000, 71311220, 71631450, 45233100, 45221100, 45230000, 44212110, 44212120
71500000, 71311220, 71631450, 45233100, 45221100, 45230000, 44212110, 44212120, 50230000
71500000, 71311220, 71631450, 45233100, 45221100, 45230000, 44212110, 44212120, 50230000
71500000, 71311220, 45233100, 45221100, 45230000, 44212110, 44212120, 50232200
71500000, 71311220, 71631450, 45233100, 45221100, 45230000, 44212110, 44212120, 50232000
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
(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.
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
For full information refer to PQQ / ITT documentation in due course.
Minimum level(s) of standards possibly required:
For full information refer to PQQ / ITT documentation in due course.
Section IV: Procedure
Section VI: Complementary information
VI.5)Date of dispatch of this notice:5.11.2013