Midlands Highway Alliance Medium Schemes Framework 2 (MSF2)
Typical schemes may involve, but not exclusively,highway improvements, highway maintenance, highway infrastructure works (including bridges, subways, culverts and retaining walls), public realm works (town centre enhancements), drainage improvements, canal works and other infrastructure work.
UK-Leicester: Engineering works and construction works
2013/S 121-206541
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Leicestershire County Council
County Hall, Leicester Road, Glenfield
For the attention of: Peter Barclay
LE3 8RJ Leicester
UNITED KINGDOM
E-mail: msf2@leics.gov.uk
Internet address(es):
General address of the contracting authority: www.leics.gov.uk
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Derby City Council
The Council House, Corporation Street
DE1 2FS Derby
UNITED KINGDOM
Derbyshire County Council
County Hall, Matlock
DE4 3AG Matlock
UNITED KINGDOM
Doncaster Metropolitan Borough Council
Civic Office, Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
Leicester City Council
New Walk Centre, Welford Place
LE1 6ZG Leicester
UNITED KINGDOM
Lincolnshire County Council
Freepost, DC867
LN1 1BR Lincoln
UNITED KINGDOM
Milton Keynes Council
Civic Offices, 1 Saxon Gate East
MK9 3EJ Milton Keynes
UNITED KINGDOM
Northamptonshire County Council
John Dryden House, 8-10 The Lakes
NN4 7YD Northampton
UNITED KINGDOM
Nottingham City Council
Loxley House, Station Street
NG2 3NG Nottingham
UNITED KINGDOM
Nottinghamshire County Council
County Hall, West Bridgford
NG2 7QP Nottingham
UNITED KINGDOM
Peterborough City Council
Bayard Place, Broadway
PE1 1FZ Peterborough
UNITED KINGDOM
Rotherham Metropolitan Borough Council
Riverside House, Main Street
S60 1AE Rotherham
UNITED KINGDOM
Rutland County Council
Catmose
LE15 6HP Oakham
UNITED KINGDOM
Staffordshire County Council
Number 1 Staffordshire Place
ST16 2LP Stafford
UNITED KINGDOM
Stoke-on-Trent City Council
Civic Centre, Glebe Street
ST4 1HH Stoke-on-Trent
UNITED KINGDOM
South Derbyshire District Council
Civic Offices, Civic Way
DE11 0AH Swadlincote
UNITED KINGDOM
Telford & Wrekin Council
Addenbrooke House, Ironmasters Way
TF3 4NT Telford
UNITED KINGDOM
Wolverhampton City Council
Civic Centre, St. Peter’s Square
WV1 1SH Wolverhampton
UNITED KINGDOM
Section II: Object of the contract
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: The geographical Midlands area of England.
NUTS code UKF,UKG
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 86 500 000 and 261 000 000 GBP
45220000, 45230000, 45110000, 45240000, 45316000, 50230000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 86 500 000 and 261 000 000 GBP
Description of these options: The Framework Agreement will be for an initial period of 3 years with an option to extend for a period totalling no more than a further 12 months subject to the contractors satisfactory performance and the economic circumstances at the time.
Information about lots
Lot No: 1 Lot title: Schemes value up to £5,000,000
The Contracting Authority is seeking to appoint 5 contractors under this Lot 1.
45220000, 45230000, 45110000, 45240000, 45316000, 50230000
Range: between 34 500 000 and 70 000 000 GBP
The Contracting Authority is seeking to appoint 3 contractors under this Lot 2.
45220000, 45230000, 45110000, 45240000, 45316000, 50230000
Range: between 52 000 000 and 191 000 000 GBP
Section III: Legal, economic, financial and technical information
(ii) For Single Legal Entities/Incorporated Joint Ventures submitting an acceptable offer, the consortium must provide a corporate statement of intent to form itself into a single legal entity before any Framework Agreement can be awarded.
Companies must state in their expression of interest to this Notice whether it is an Incorporated Joint Venture(stating the date of Incorporation) or an Unincorporated Joint Venture (Joint and Several Liability). In the case of an Unincorporated Joint Venture (Joint and Several Liability) the applicant must also confirm the names of all the contracting entities with the Contracting Authority should they be selected to tender.
Description of particular conditions: Any PQQ or tender may be rejected from a company/organisation who, inter alia:
(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 res 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 Authority 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 May 1997 and Article 3(1) of Council Joint Action 98/742/JHA 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 Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Please refer to Regulation 23 of the Public Procurement Regulations 2006 (SI No 5) for additional rejection criteria (see link)
http://www.opsi.gov.uk/si/si2006/20060005.htm
Under this Framework Agreement, the contractors and their supply chain will be required to actively participate in the achievement of social objectives related to participation in skills development, employment and training programmes within the locality of the Framework Agreement in accordance with the Contracting Authority’s employment and skills strategy and other added value contributions by the contractors and their supply chain in order to support community programmes promoted by the MHA members. Accordingly the Framework Agreement performance conditions may relate in particular to secondary considerations.
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification Questionnaire (PQQ).
Please refer to the Pre-Qualification Questionnaire (PQQ).
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification Questionnaire (PQQ).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Organisational Commercial (inc. Legal and Contractual) Information: Pass/FailFinancial Information: Pass/FailPolicies & Contract Performance: Pass/FailTechnical Capabilities and References: 100 % For further details, please refer to the PQQ. Following assessment of the PQQ, 10 companies for lot 1 and 6 companies for lot 2 , selected as the highest scoring respondents based on the scoring regime and evaluation criteria set out in this Notice and in the PQQ, and who indicate that they intend to submit a tender will be invited to tender.
Payable documents: no
Section VI: Complementary information
For clarity, the existing local authority members are:
Leicestershire County Council; Derby City Council; Derbyshire County Council; Doncaster Metropolitan Borough Council; Leicester City Council; Lincolnshire County Council; Milton Keynes Council; Northamptonshire County Council; Nottingham City Council; Nottinghamshire County Council; Peterborough City Council; Rutland County Council; South Derbyshire District Council and Staffordshire County Council; Stoke City Council; Wolverhampton City Council and Telford and Wrekin.
This Framework Agreement will be principally an execution Framework Agreement but may have some small elements of design support for specialist areas of contractors’ works such as temporary support etc.
The Framework Agreement will be subject to a performance management process whereby the contractors’ ongoing performance will be assessed to establish any extensions of time and gain incentive calculations.
High Court, Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
If an appeal regarding the award of a Framework Agreement is not successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within one month). Where a Framework Agreement has not been entered into the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Framework Agreement has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the Framework Agreement is entered into.
VI.5)Date of dispatch of this notice:20.6.2013