Design and Construction of the New Wear Crossing
a) Design and Construction of a road (dual carriageway) bridge across the River Wear, including the associated highway, highway structures, utilities and environmental works required to connect into the existing highway network on the north and south side of the river.
United Kingdom-Sunderland: Road bridge construction work
2014/S 086-148966
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Council of the City of Sunderland
Civic Centre, Burdon Road
For the attention of: Christine Dixon
SR2 7DN Sunderland
UNITED KINGDOM
E-mail: christine.dixon@sunderland.gov.uk
Internet address(es):
General address of the contracting authority: http://www.sunderland.gov.uk
Electronic access to information: http://www.qtegov.com
Electronic submission of tenders and requests to participate: http://www.qtegov.com
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
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
Design and execution
Main site or location of works, place of delivery or of performance: The site of the works will be located on both sides of the River Wear between European Way and Pallion New Road on the south side and Wessington Way, Castletown on the North side.
NUTS code UKC23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
b) Construction of the employer designed elements of works, including the highway, highway structures, utilities and environmental works.
c) Design and/or construction of any other works required for the delivery and completion of the new Wear Crossing project.
II.1.6)Common procurement vocabulary (CPV)
45221111, 45200000, 45233120, 45233130, 71322300, 71322000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 70 000 000 and 85 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
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.1.4)Other particular conditions
Description of particular conditions: Under the contract, the successful contractor will be required to actively participate in the promotion and/or achievement of economic, social and/or environmental objectives, including (without limitation) recruitment and training and supply chain initiatives. Accordingly, contract performance conditions may relate in particular to economic, social, environmental and/or other corporate social responsibility considerations. Further details will be set out in the tender documents.
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
Minimum level(s) of standards possibly required: Further details as set out in the PQQ.
III.2.3)Technical capacity
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire which is available from the address in section I.1. The PQQ sets out the information required in respect of Technical Capacity.
Minimum level(s) of standards possibly required:
Further details as set out in the PQQ.
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: The objective criteria are set out in the pre-qualification questionnaire
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 55-091224 of 19.3.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Expressions of interest must be by way of completion and return of the pre-qualification questionnaire (PQQ) by the date and time specified in section IV.3.4. Economic operators wishing to participate should obtain a PQQ and the associated documentation from the NEPO purchasing portal (www.qtegov.com). The Council reserves the right not to award the contract in whole or part, to cancel or amend the tender process and does not bind itself to accept any tender. The Council shall not be liable under any circumstances for any costs or expenses incurred by any tenderer or prospective tenderer in responding to this notice or in taking part in this procurement process.
The award of any contract will also be conditional upon and subject to the final approval of Central Government in respect of its funding contribution to the project.
Section II.1.9: Variants may be accepted. The Council will finally confirm whether variants will be accepted and the basis upon which such variants may be submitted in the tender/contract documents.”
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Council of the City of Sunderland
PO Box 106 Civic Centre Sunderland, Burden Road
SR2 7BD Sunderland
UNITED KINGDOM
E-mail: christine.dixon@sunderland.gov.uk
VI.5)Date of dispatch of this notice: