Public Realm Improvements and Maintenance Contract 2016 London
The London Borough of Camden is seeking to award contract(s) for the delivery of public realm improvement schemes and maintenance works across the borough. The borough will be split into 3 Lots.
United Kingdom-London: Construction, foundation and surface works for highways, roads
2015/S 110-199106
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Camden
Judd Street
For the attention of: Iona Goodchild
WC1H 8EQ London
UNITED KINGDOM
Telephone: +44 2079744303
E-mail: iona.goodchild@camden.gov.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/28
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12435&B=LBCAMDEN
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12435&B=LBCAMDEN
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
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: London.
NUTS code UKI1
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)
The scope of the work includes carrying public realm safety inspections, reactive and routine maintenance, footway relay and reconstruction, carriageway resurfacing, traffic schemes and road markings and signs on all hard surfaced areas on the public highway, housing land, and in parks. Street lighting inspections, maintenance and scheme works covering the same geographical areas are also included in this contract. This work does not include soft landscaping, grounds maintenance, winter maintenance, waste collection / litter picking when these are the sole activities of a task.
Improvement schemes under 500 000 GBP will be included in the contract, and those over 500 000 GBP may be included depending on value for money.
II.1.6)Common procurement vocabulary (CPV)
45233000, 45233100, 45233139, 45233210, 45233300, 50232100
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:
II.2.2)Information about options
Description of these options: The initial contract period is for 48 months, but there is an option to extend for a further 36 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Public Realm Improvements and Maintenance Contract 2016 — Combined
1)Short description
The scope of the work includes carrying public realm safety inspections, reactive and routine maintenance, footway relay and reconstruction, carriageway resurfacing, traffic schemes and road markings and signs on all hard surfaced areas on the public highway, housing land, and in parks. Street lighting inspections, maintenance and scheme works covering the same geographical areas are also included in this contract. This work does not include soft landscaping, grounds maintenance, winter maintenance, waste collection / litter picking when these are the sole activities of a task.
Improvement schemes under 500 000 GBP will be included in the contract, and those over 500 000 GBP may be included depending on value for money.
2)Common procurement vocabulary (CPV)
45233139, 45233000, 45233100, 45233210, 45233300, 50232100
5)Additional information about lots
Lot No: 2Lot title: Public Realm Improvements and Maintenance Contract 2016 — North
1)Short description
The scope of the work includes carrying public realm safety inspections, reactive and routine maintenance, footway relay and reconstruction, carriageway resurfacing, traffic schemes and road markings and signs on all hard surfaced areas on the public highway, housing land, and in parks. Street lighting inspections, maintenance and scheme works covering the same geographical areas are also included in this contract. This work does not include soft landscaping, grounds maintenance, winter maintenance, waste collection / litter picking when these are the sole activities of a task.
Improvement schemes under 500 000 GBP will be included in the contract, and those over 500 000 GBP may be included depending on value for money.
2)Common procurement vocabulary (CPV)
45233139, 45233000, 45233100, 45233210, 45233300, 50232100
5)Additional information about lots
Lot No: 3Lot title: Public Realm Improvements and Maintenance Contract 2016 — South
1)Short description
The scope of the work includes carrying public realm safety inspections, reactive and routine maintenance, footway relay and reconstruction, carriageway resurfacing, traffic schemes and road markings and signs on all hard surfaced areas on the public highway, housing land, and in parks. Street lighting inspections, maintenance and scheme works covering the same geographical areas are also included in this contract. This work does not include soft landscaping, grounds maintenance, winter maintenance, waste collection / litter picking when these are the sole activities of a task.
Improvement schemes under 500 000 GBP will be included in the contract, and those over 500 000 GBP may be included depending on value for money.
2)Common procurement vocabulary (CPV)
45233139, 45233000, 45233100, 45233210, 45233300, 50232100
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.2)Economic and financial ability
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and the Public Contracts Regulations 2015(as amended).
In order to be considered those expressing an interest must have a minimum annual turnover of 50 000 000 GBP. These requirements are based on the High risk status set by the Contracting Authority for this contract.
The Contracting Authority will assess applicants financial risk status based on high, medium or low risk. The assessment will consider all of the information provided by applicants.
The Contracting Authority utilise financial assessment techniques in line with Cabinet Office ‘Supplier financial appraisal guidance’ document issued in 2001 and updated in April 2008.
To express an interest and receive more information about this contract you must register on our e-tendering system: https://uk.eu-supply.com/lbcamden.asp
Minimum level(s) of standards possibly required: As specified in the Pre-Qualification Questionnaire, including:
— Turnover of 50 000 000 GBP per annum;
— Insurance of 20 000 000 GBP for public liability and 10 000 000 GBP for employment liability.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Articles 45 to 50 of Directive 2004/18/EC and of the Public Contracts Regulations 2015 (as amended). To express an interest and receive more information about this contract you must register on our e-tendering system: https://uk.eu-supply.com/lbcamden.asp
Minimum level(s) of standards possibly required:
Health and safety will be assessed via a series of questions which will be scored overall as pass or fail.
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.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: Organisations will be shortlisted based on meeting the required minimum standards, and then ranked according to the scored project specific questions.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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
To express an interest and receive more information about this contract you must register on our etendering system: https://uk.eu-supply.com/lbcamden.asp
If you have not previously registered with us simply click on the New Supplier Link shown on this page and complete/submit the form. You will then receive an email quoting your unique system username and password which will enable you to access all the relevant documentation via the contract opportunities link on this page and also all future advertised contract exercises via this system. Further to item iv 1.2, the number of suppliers invited to tender will depend on the quality of responses received, but will be sufficient to ensure genuine competition. The Contracting Authority is not bound to accept the lowest or any tender and confirm that the issue of the Invitation to Tender or other tender documentation does not constitute any form of instruction. As such, the Contracting Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders (or for the avoidance of doubt, PQQ‘s). Please note that all prices must be quoted in GBP. The Contracting Authority undertakes to use its best endeavours to hold confidential any information provided in the proposal submitted, subject to the contracting authority‘s obligations under law, including the Freedom of Information Act 2000. However, this does not give any cast iron guarantees of confidentiality as circumstances (for example an FOIA request or a court order) may arise which require disclosure and are outside the control of the Contracting Authority. The deadline for receipt of expressions of interest shall be deemed to be met upon the receipt of a completed pre-qualification form via the Councils e-tendering system only. The Contracting Authority is committed to delivering social, economic and environmental benefits to its residents and local businesses. Bidders need to be aware that, should they be shortlisted, they will be asked to propose solutions to deliver the social, economic and environmental benefits specified in the Invitation to Tender and to pay the National or London living Wage to employees including their sub-contractors working on LB Camden contracts in accordance with the criteria set by the Living Wage Foundation. Tenderers should be aware that the Contracting Authority reserves the right to hold interviews during the tender process. These might be scored as part of the tender, in which case the relevant criteria will be specified in the Invitation to Tender documents. In keeping with the Contracting Authority‘s commitment to sustainability, please do not include any publicity material with your submission.
Please note, LB Camden is committed to improving road safety and reducing the risk that large vehicles (over 3.5 tonnes) pose to vulnerable road users. Should you be successful and operate large vehicles, you will be asked to meet specific Work Related Road Risk requirements by the contract start date or within a specified time-frame.
VI.4.1)Body responsible for appeal procedures
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: http://www.cedr.com
VI.5)Date of dispatch of this notice: