Detailed Design and Build Contract Warwickshire
Warwickshire County Council is to deliver a new railway station in Kenilworth through its role as the Local Transportation Authority and in partnership with Network Rail and London Midland.
United Kingdom-Warwick: Construction work
2015/S 042-071024
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Warwickshire County Council
PO Box 3, Shire Hall, Market Place
For the attention of: Hannah Collett
CV34 4RH Warwick
UNITED KINGDOM
Telephone: +44 192673412252
E-mail: hannahcollett@warwickshire.gov.uk
Internet address(es):
General address of the contracting authority: http://www.warwickshire.gov.uk
Address of the buyer profile: http://www.warwickshire.gov.uk/procurement
Electronic access to information: http://in-tendhost.co.uk/csw-jets
Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/csw-jets
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
Main site or location of works, place of delivery or of performance: The County Council boundaries of Warwickshire County Council.
NUTS code UKG13
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)
II.1.6)Common procurement vocabulary (CPV)
45000000, 71000000, 79415200, 71300000, 71315000, 71320000, 45213000, 45213320, 45213321, 45221113, 45223300
II.2.1)Total quantity or scope:
Range: between 1 000 000 and 8 000 000 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: All applicant organisations must have ‘Link-Up’ approved Principal Contractor license.
All applicants must have identified individuals to be approved by Network Rail for design and construction responsibility roles (CEM, CRE etc. as detailed in the PQQ/ITT).
Collateral Warranties, in a form acceptable to Network Rail, will be required.
Other conditions as detailed in the PQQ/ITT.
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: As detailed in the PQQ/ITT.
III.2.3)Technical capacity
As detailed in the PQQ/ITT.
Minimum level(s) of standards possibly required:
As detailed in the PQQ/ITT.
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 Authority further reserves the right to invite more organisations where there is a negligible difference in the scores between the 8th bidder and the next placed bidder(s).The Authority further reserves the right not to invite any organisation with a total PQQ score below 65 % as overall the applicant has not met the Authority’s minimum requirements.
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
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.3)Additional information
Warwickshire County Council will be using its e-tendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is https://in-tendhost.co.uk/csw-jets Registration and use of In-Tend is free. Once registered, all correspondence for this procurement process must be via the In-Tend correspondence function. However if you are unable to register with the website please e-mail us at procurement@warwickshire.gov.uk.
VI.5)Date of dispatch of this notice: