Leeds City Council Underwater Inspections 2015 – 2016
The work comprise Underwater Surveys (scour inspections) of the abutments/foundations and/or piers of bridges, Principal Inspections of bridges/culverts.
United Kingdom-Leeds: Diving services
2015/S 110-200071
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leeds City Council, PPPU and Procurement Unit
4th Floor West, Civic Hall
Contact point(s): Contracts Section
LS1 1UR Leeds
UNITED KINGDOM
E-mail: contracts.section.unit@leeds.gov.uk
Internet address(es):
General address of the contracting authority: http://www.leeds.gov.uk
Address of the buyer profile: http://www.yortender.co.uk/procontract/supplier.nsf
Electronic access to information: http://www.yortender.co.uk/procontract/supplier.nsf
Electronic submission of tenders and requests to participate: http://www.yorteender.co.uk/procontract/supplier.nsf
Further information can be obtained from: PPPU and Procurement Unit
4th Floor West, Civic Hall
LS1 1UR Leeds
UNITED KINGDOM
Internet address: http://www.yortender.co.uk
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
Calderdale Council
Town Hall, Crossley Street
HX1 1UJ Halifax
UNITED KINGDOM
Kirklees Council
Town Hall,Ramsden Street
HD1 2TA Huddersfield
UNITED KINGDOM
City of Wakefield District Council
Town Hall
WF1 2HQ Wakefield
UNITED KINGDOM
City of Bradford District Council
City Hall
BD1 1HY Bradford
UNITED KINGDOM
City of York Council
West Offices, Station Rise
Y01 6GA York
UNITED KINGDOM
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
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: West Yorkshire, UK.
NUTS code UKE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 1
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 and 1 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Contract may also require the Contractor to carry out post flood damage surveys of underwater elements of bridges and occasional inspections on non-listed bridges as required for the whole duration of the contract and/or during the defects correction period.
The works will generally be carried out within the Metropolitan District of Leeds, but the Contractor may also be requested to carry out works in other districts including (but not exclusively) Bradford, Calderdale, Kirklees, Wakefield and York.
Tenderers will be required to demonstrate that they employ a minimum of 2 qualified divers and a Chartered Civil Engineer and have prepared Bridge Inspections to the requirements of the Highways Agency’s Design Manual for Road and Bridges, including use of the Bridge Condition Indicators scoring system as detailed in the Contract Document.
II.1.6)Common procurement vocabulary (CPV)
98363000
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:
Underwater Inspections 2015/2016 (Extendable to 2019) — Please download pqq and tender documentation fromhttps://www.yortender.co.uk/procontract/supplier.nsf for further information. estimated value excluding VAT: 1 GBP to 1 200 000 GBP.
Estimated value excluding VAT:
Range: between 1 and 1 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
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
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has the force of rea judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Derective 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laudering.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to PQQ andTender.
III.2.3)Technical capacity
Please refer to PQQ and Tender.
Minimum level(s) of standards possibly required:
Please refer to PQQ and Tender.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
Date: 8.7.2015 – 12:00
Place:
Procurement Unit, 2nd Floor, St. Georges House, 40 Great George Street, Leeds, UK LS1 3DL.
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
Interested parties can download the pqq and tender documentation and documents directly from http://www.yortender.co.uk/procontract/supplier.nsfby using the scheme ID YORE-9WQG-U64LKU. Requests for documentation should not be made by telephone or e-mail.
The documentation should be completed and returned by no later than the deadline specified in IV.3.4.
Late submissions will not be accepted.
Details of the relevant Local Authorities who may participate under this Framework Contract can be found athttp://local.direct.gov/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4
The following UK contracting authorities have already committed on a non-contractually binding basis to this procurement:
— Leeds City Council, Civic Hall, Calverley Street, Leeds LS1 1UR;
— Kirklees Metropolitan District Council, Market Street, Huddersfield HD1 1 WG;
— Bradford Metropolitan District Council, City Hall, Channing Way, Bradford BD1 1HY;
— Wakefield Metropolitan District Council, Town Hall, Wood Street, Wakefield WF1 2HQ;
— Calderdale Metropolitan Borough Council, Town Hall, Crossley Street, Halifax HX1 1UJ;
— York City Council, West Offices, Station Rise, York Y01 6GA.
The concluded framework agreement will be open for use by the UK contracting authorities referred to above.
Tenderers should note that if the council wish to carry out new services at the end of this contract, which are a repetition of the services detailed in this notice, then those additional services may be awarded using the negotiated procedure without publication of a notice in accordance with regulation 14 (1) (d) (ii) of the Public Contracts Regulations 2015.
VI.4.1)Body responsible for appeal procedures
The High Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: