Coventry Highways Minor Civil Engineering Works
Coventry Highways is seeking to enter into a multi-supplier framework to engage the services of suitably experienced Contractors to carry out the provision of highways and civil engineering minor construction works for transport related schemes.
UK-Coventry: Works for complete or part construction and civil engineering work
2013/S 100-171068
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Coventry City Council
Procurement and Commissioning, 5th Floor, Spire House, New Union Street
For the attention of: Susan Byatt
CV1 2PW Coventry
UNITED KINGDOM
Telephone: +44 2476833191
E-mail: procurement.services@coventry.gov.uk
Fax: +44 2476833876
Internet address(es):
General address of the contracting authority: www.coventry.gov.uk/procurement
Address of the buyer profile: www.coventry.gov.uk/etendering
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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Coventry Highways Minor Civil Engineering Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
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: Coventry.
NUTS code UKG33
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
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: 4 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
Coventry Highways is seeking to enter into a multi-supplier framework to engage the services of suitably experienced Contractors to carry out the provision of highways and civil engineering minor construction works for transport related schemes, typically minor highways maintenance / enhancement schemes.
II.1.6)Common procurement vocabulary (CPV)
45200000, 45233261, 45233225, 45233340, 44912400, 45233262, 45233161, 43310000, 45247000, 45233260, 45233223, 45233224, 45233300, 45233253, 45316212, 45316210
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
Coventry City Council is seeking to enter into a multi-supplier framework to engage the services of suitably experienced contractors to carry out the provision of highways and civil engineering minor construction works for transport related schemes, typically minor highways maintenance / enhancement schemes.
Estimated value excluding VAT: 4 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: The adjustment and replacement of carriageway ironwork in association with resurfacing
1)Short description
Please refer to tender documentation.
2)Common procurement vocabulary (CPV)
71322000, 45233261, 45233225, 45233340, 44912400, 45233262, 45233161, 45247000, 45200000, 45233260, 45233223, 45233224, 45233300, 45233253, 45316212, 45316210
3)Quantity or scope
Please refer to tender documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Reactive and programmed pothole, patching / repair maintenance
1)Short description
Please refer to tender documents.
2)Common procurement vocabulary (CPV)
45200000, 45233261, 45233225, 45233340, 44912400, 45233262, 45233161, 45247000, 71322000, 45233260, 45233223, 45233224, 45233300, 45233253, 45316212, 45316210
3)Quantity or scope
Please refer to tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Minor civil engineering and traffic safety schemes
1)Short description
Please refer to tender documents.
2)Common procurement vocabulary (CPV)
45200000, 45233261, 45233225, 45233340, 44912400, 45233262, 45233161, 71322000, 45233260, 45233223, 45233224, 45233300, 45233253, 45316212, 45316210
3)Quantity or scope
Please refer to tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The authority reserves the right to require guarantees, bonds, collateral warranties and other forms of security as appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made in accordance with the contract conditions.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The authority reserves the right to require guarantees, bonds, collateral warranties and other forms of security as appropriate.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Economic operators must refer to the pre-qualification questionnaire.
III.2)Conditions for participation
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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: It is envisaged that between 5 and 10 of the highest scoring bidders that pass the financial assessment will be invited to tender stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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 authority:
1870.
IV.3.2)Previous publication(s) concerning the same contract
no
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
24.6.2013
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
12.7.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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:23.5.2013