Highways Improvement Tender Swindon
Bruce Street Bridges and Newcome Drive Highway Improvements.
United Kingdom-Swindon: Construction, foundation and surface works for highways, roads
2014/S 095-165629
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Swindon Borough Council
Civic Offices, Euclid Street
For the attention of: Sam Turner
SN1 2JH Swindon
UNITED KINGDOM
Telephone: +44 1793463449
E-mail: sturner3@swindon.gov.uk
Internet address(es):
General address of the contracting authority: http://www.swindon.gov.uk/Pages/Home.aspx
Electronic access to information: https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_opportunity?openForm&opp_id=OPP-HIS-9K3J-D4BK0P&contract_id=CONTRACT-9K3H-3VEMYS&org_id=ORG-SWCE-7HXJH4&from=
Electronic submission of tenders and requests to participate: https://www.supplyingthesouthwest.org.uk/procontract/supplier.nsf/frm_opportunity?openForm&opp_id=OPP-HIS-9K3J-D4BK0P&contract_id=CONTRACT-9K3H-3VEMYS&org_id=ORG-SWCE-7HXJH4&from=
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
Execution
NUTS code UKK14
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)
Works to Bruce Street Bridges and Newcome Drive are designed to improve the Swindon road network at these two key locations on Great Western Way. The work involves realignment of the existing four mini-roundabout arrangement into a single gyratory at Bruce Street Bridges, and the installation of a new signalised junction at Newcome Drive. Improved drainage is also to be installed at both locations.
The contract is expected to begin on 22nd September 2014 for a period of 14 months. Mobilisation is likely to begin immediately after contract award, and construction is expected to be completed through a phased delivery. Newcome Drive and works to Rodbourne Road are scheduled to commence on the first day of the contract, with Bruce Street Bridges scheduled to commence several weeks later.
II.1.6)Common procurement vocabulary (CPV)
45233000, 45233100, 45233120, 45233125, 45233140, 45233200, 45233223, 45233251, 45233290, 45233294, 45246400, 45111240, 45232450,45232451, 45232452, 45233121, 45233123, 45233128, 45233130
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:
Further detail on the quantity and scope of works is available within the Invitation to Tender documentation, which can be accessed from the Supplying the South West Portal.
Estimated value excluding VAT:
Range: between 3 200 000 and 4 000 000 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
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
All applicants are required to register on the ‘Supplying The South West Portal’ which is available at www.supplyingthesouthwest.org.uk. All applicants will be able to download the Invitation to Tender (ITT) from this portal which should be completed and returned to:
Law and Democratic Services, Swindon Borough Council, Civic Offices, Euclid Street, Swindon SN1 2JH.
If you have difficulty in accessing the link to the Supplying the South West Portal in 1.1 please cut and paste the URL into your browser and click. This should take you to the relevant page on the portal.
Points of clarification about the ITT can be raised with Sam Turner via the Supplying The South West Portal. All clarification statements will be made available to all Tenderers at the Supplying the South West Portal: www.supplyingthesouthwest.org.uk . It will be the responsibility of the Tenderer to check this site regularly for updated versions of the clarification statements that the Employer will upload on to this portal.
You must ensure that your completed ITT is returned to the aforementioned address by 12:00 noon on Monday 30.6.2014.
III.2.2)Economic and financial ability
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Please refer to the ITT documents for full details.
Minimum level(s) of standards possibly required: Please refer to the Tender documents for further information.
III.2.3)Technical capacity
Evidence of previous experience (within the last three years) on similar works is requested in the Supplier Selection Questionnaire.
Please see ITT for full details of Technical capacity required.
Minimum level(s) of standards possibly required:
Please refer to the Tender documents for further information.
Section IV: Procedure
IV.1.1)Type of procedure
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=98737923
GO Reference: GO-2014514-PRO-5669717
VI.4.1)Body responsible for appeal procedures
Swindon Borough Council
Euclid Street
SN2 2JH Swindon
UNITED KINGDOM
Body responsible for mediation procedures
Swindon Borough Council
Swindon
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Swindon Borough Council
Euclid Street
SN2 2JH Swindon
UNITED KINGDOM
VI.5)Date of dispatch of this notice: