Road Surfacing Services Tender
The provision of all services that fall under the scope of Road Surfacing.
United Kingdom-Edinburgh: Construction, foundation and surface works for highways, roads
2015/S 095-172673
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
APUC Limited
14 New Mart Road
Contact point(s): Estates
For the attention of: Jim Paterson
EH14 1RL Edinburgh
UNITED KINGDOM
Telephone: +44 1314428930
E-mail: jpaterson@apuc-scot.ac.uk
Fax: +44 1314428931
Internet address(es):
General address of the contracting authority: http://www.apuc-scot.ac.uk/home.htm
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
Electronic access to information: http://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic submission of tenders and requests to participate: http://www.publictendersscotland.publiccontractsscotland.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: APUC Limited
UNITED KINGDOM
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
Fife College
Dundee & Angus College
Edinburgh College
West College Scotland
Glasgow Clyde College
Ayrshire College
City of Glasgow College
North East College Scotland
New College Lanarkshire
Glasgow Kelvin College
Borders College
Dumfries and Galloway College
Forth Valley College
Inverness College
Lews Castle College
Moray College
Newbattle Abbey College
North Highland College
Orkney College
Perth College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
West Lothian College
SRUC
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Conservatoire of Scotland
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
Argyll College
Highland Theological College
North Atlantic Fisheries College
Fraunhofer UK Research Limited
West Highland College
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: Scotland, UK.
NUTS code UKM
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: 27
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 1 and 5 160 000 GBP
II.1.5)Short description of the contract or purchase(s)
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 3993 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
45233000, 45233100, 45112730, 45233220, 45233320
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 and 5 160 000 GBP
II.2.2)Information about options
Description of these options: The Framework Agreement is for a period of 2 years, with an option to extend the Framework Agreement for a further periods of up to 24 months.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 2
Information about lots
Lot No: 1Lot title: Lot 1A Planned Works: East of Scotland
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233100, 45233320, 45233220
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 1 862 800 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Lot 1B Planned Works: West of Scotland
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233320, 45233220, 45233100
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 252 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Lot 1C Planned Works: North of Scotland
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233100, 45233320, 45233220
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 207 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 4Lot title: Lot 2A Reactive Works: Edinburgh, Lothian’s and Borders
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233100, 45233320, 45233220
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 1 540 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 5Lot title: Lot 2B Reactive Works: Fife, Perthshire, Dundee and Tayside
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233100, 45233320, 45233220
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 594 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 6Lot title: Lot 2C Reactive Works: Stirlingshire and Central
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233100, 45233220, 45233320
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 143 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 7Lot title: Lot 2D Reactive Works: Greater Glasgow, Ayrshire and South West of Scotland
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233320, 45233220, 45233100
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 308 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 8Lot title: Lot 2E Reactive Works: Aberdeen and Grampians
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233100, 45233320, 45233220
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 209 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 9Lot title: Lot 2F Reactive Works: Highlands and Islands
1)Short description
2)Common procurement vocabulary (CPV)
45112730, 45233000, 45233100, 45233320, 45233220
3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 and 44 000 GBP
4)Indication about different date for duration of contract or starting/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
Description of particular conditions: Details provided in the Invitation to Tender.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Tenderers must be financially fluid and currently trading. They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation etc.) that calls into question their financial / corporate standing, such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing.
Where a business is established and is required to have its accounts audited, the last two years’ audited accounts must be provided. If a business is exempt from the audit requirement, the last 2 years annual accounts must be provided and certified by an independent Chartered Accountant or accompanied by a positive banker’s reference for the Tenderer.
Where a business is unable to provide the information requested above, then additional information and documentation must be provided that will give the Authority the assurance that the business is capable of carrying out any subsequent awarded contract. For example, a statement of the business’s organisation’s cash flow forecast for the current year and a letter from the business’s bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
Where information is available to APUC that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence will be deemed to be a failure to meet minimum standards of economic and financial standing.
III.2.3)Technical capacity
As detailed in the Invitation to Tender document.
Minimum level(s) of standards possibly required:
Insurances, Conflict of Interest, Diversity and Equalities Legislation, Form of Tender (Completion of).
Regulatory Environmental, Health and Safety, Waste Regulations and Climate Change Regulations.
Compliance with the Framework Agreements Statement of Requirements (Schedule 2).
Ability to service 100 % of the Institutions on Lots 1A, 1B, 2A, 2B, 2C, 2D & 2E and 75 % of the Institutions in Lots 1C and 2F.
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.3.4)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.3.8)Conditions for opening of tenders
Date: 23.6.2015 – 13:00
Place:
Via PCS — Tenders.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 24 to 48 Months after the contract award, depending on whether extension periods are taken up.
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: