Framework for Design and Build of Highways Infrastructures
Framework for Surrey County Council, East Sussex County Council, Kent County Council, Medway Council, Brighton and Hove Council.
United Kingdom-Chichester: Construction work for highways, roads
2015/S 100-181571
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
West Sussex County Council
County Hall, West Street
For the attention of: Nicolas Young
PO19 1RG Chichester
UNITED KINGDOM
Telephone: +44 3302223719
E-mail: procurement@westsussex.gov.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/sesharedservices/aspx/Home
Address of the buyer profile: http://www.westsussex.gov.uk/default.aspx
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
The contracting authority is purchasing on behalf of other contracting authorities: yes
Surrey County Council, East Sussex County Council, Kent County Council, Medway Council, Brighton and Hove Council
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
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: West Sussex, UK.
NUTS code UKJ24
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in years: 6
Justification for a framework agreement, the duration of which exceeds four years: The program is linked to a 6 year funding stream.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 150 000 000 and 250 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
45233100, 45233120, 45233140
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 150 000 000 and 250 000 000 GBP
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Build projects of less than 2 000 000 GBP
1)Short description
2)Common procurement vocabulary (CPV)
45233100, 45233120, 45233140
3)Quantity or scope
Range: between 30 000 000 and 40 000 000 GBP
5)Additional information about lots
Lot No: 2Lot title: Design and Build Projects above 2 000 000 GBP
1)Short description
2)Common procurement vocabulary (CPV)
45233100, 45233120, 45233140
3)Quantity or scope
Range: between 160 000 000 and 200 000 000 GBP
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
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 tender documents.
III.2.3)Technical capacity
As detailed in tender documents.
Minimum level(s) of standards possibly required:
As detailed in tender documents.
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: As detailed in Pre Qualification Documents.
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
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
Suppliers will be expected to deliver services that demonstrate a best value approach as defined by the government. The Framework term will be for a period of 6 years. West Sussex County Council is a Public Authority within the meaning of the Freedom of Information Act 200 and all correspondence received will be dealt with in accordance with the Act. an Industry Day is being held on 14:30, 4th June, at Edes House, County Hall, Bidders should confirm their attendance via the e-sourcing portal. The Contracting Authority intends to use the West Sussex e-Sourcing Portal (that is an e-Sourcing System) in the procurement exercise. URL: https://in-tendhost.co.uk/sesharedservices/aspx/Home West Sussex e-Sourcing Portal, Project No. WSCC – 001342.
VI.5)Date of dispatch of this notice: