Highway Inspection Services Thurrock
Thurrock Council is seeking tenders for a contract for the provision of Highway Inspection Services to be provided by professionally trained, appropriately equipped and certified Inspectors.
United Kingdom-Thurrock: Highways engineering services
2013/S 222-386890
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Thurrock Council
Civic Offices, New Road
Contact point(s): Procurement
RM17 6SL Thurrock
UNITED KINGDOM
Telephone: +44 1375652207
Internet address(es):
General address of the contracting authority: www.thurrock.gov.uk/business
Address of the buyer profile: www.thurrock.gov.uk/business
Electronic access to information: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79003943
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:
Highway Inspection Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKH32
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Highways engineering services. Architectural, construction, engineering and inspection services. Highways consultancy services. Technical inspection and testing services. Technical inspection services. Road inspection services. Highway maintenance work. Thurrock is a Unitary Council and provides the whole range of duties required of a Highway Authority. Thurrock Council is seeking tenders for a contract for the provision of Highway Inspection Services to be provided by professionally trained, appropriately equipped and certified Inspectors.
The successful contractor shall provide a complete service to Thurrock Council to ensure full compliance with statutory duties with regards to the inspection of the network of the highways in the Thurrock area. The contractor shall also provide consultancy services, as and when required, including up-to-date advice on existing and forthcoming legislation.
The scope of work provided, and all cost assumptions made, by the contractor will relate to the existing New Road and Street Works Act 1991, Traffic Management Act 2004 and Highways Act 1980.
The Inspectors will be based in Thurrock Council offices, will use the Council’s information system and will work closely with the Council’s officers.
II.1.6)Common procurement vocabulary (CPV)
71311220, 71000000, 71311210, 71630000, 71631000, 71631480, 45233139
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: no
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:
The Council shall enter into a contract with a single contractor for a period of 4 years with no options for extension.
Estimated value excluding VAT: 1 400 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to Pre-Qualification Questionnaire (PQQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to Pre-Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required: Please refer to Pre-Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to Pre-Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required:
Please refer to Pre-Qualification Questionnaire (PQQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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 number of operators: 5
Objective criteria for choosing the limited number of candidates: Please refer to Pre-Qualification Questionnaire (PQQ).
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:
PS/2013/635
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
16.12.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.1.2014
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
This is a recurrent procurement: no
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Under the Public Services (Social Value) Act 2012 the contracting authority must consider:
(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the invitation to tender and are reflected in environmental and social characteristics in the evaluation criteria for the award of the contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=79003943
GO Reference: GO-20131113-PRO-5262873
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Thurrock Council
New Road
RM17 6SL Grays
UNITED KINGDOM
Telephone: +44 1375652207
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:13.11.2013