Warrington Council Capital Works Framework 2016 – 2019
To deliver the present and future demands it is essential to establish an increased base of delivery resource, of Civil Engineering contractors.
United Kingdom-Warrington: Engineering works and construction works
2016/S 007-007581
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Warrington Borough Council
New Town House, Buttermarket Street
For the attention of: Mr Keith Sanders
WA1 2NH Warrington
UNITED KINGDOM
Telephone: +44 1925442531
E-mail: ksanders@warrington.gov.uk
Internet address(es):
General address of the contracting authority: http://www.warrington.gov.uk/
Address of the buyer profile: www.the.chest.org.uk
Electronic access to information: www.the.chest.org.uk
Electronic submission of tenders and requests to participate: www.the.chest.org.uk
Further information can be obtained from: Warrington Borough Council
New Town House, Buttermarket Street
For the attention of: Mr Keith Sanders
WA1 2NH Warrington
UNITED KINGDOM
Telephone: +44 1925442531
E-mail: ksanders@warrington.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Warrington Borough Council
New Town House, Buttermarket Street
For the attention of: Mr Keith Sanders
WA1 2NH Warrington
UNITED KINGDOM
Telephone: +44 1925442531
E-mail: ksanders@warrington.gov.uk
Tenders or requests to participate must be sent to: Warrington Borough Council
New Town House, Buttermarket Street
For the attention of: Mr Keith Sanders
WA1 2NH Warrington
UNITED KINGDOM
Telephone: +44 1925442531
E-mail: ksanders@warrington.gov.uk
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 UKD21
II.1.5)Short description of the contract or purchase(s)
To deliver the present and future demands it is essential to establish an increased base of delivery resource, of Civil Engineering contractors, who can be called upon, with short notice, to deliver competitive priced individual schemes, underpinned by quality processes and management systems.
The establishment of a pre-determined select list of acceptable Civil Engineering contractors and pre priced components will enable Council Officers to rapidly compare and respond, to scheme requirements, saving on time and procurement costs.
It was anticipated that the introduction of the Capital Works Contract 2016-2019 would typically deliver works to an approximate value of 7 000 000 GBP per year with an overall potential tender throughout of over 21 000 000 GBP during its term, subject to continued successful investment and bids. There will be a varying nature of highway and environmental improvement schemes ranging from Town Centre regeneration, traffic signal junction improvements, local safety schemes and cycleway infrastructure works.
The Capital Works Framework Contract will be split in to 2 tender Lots, each with a maximum of 3 Contractors. Lot 1 financial range will be from 0 GBP — 750 000 GBP and Lot 2, 750 000 GBP plus. Contractors will be able to submit bids for either both or individual Lots.
Access to the tender documents can be obtained at www.the-chest.org.uk
II.1.6)Common procurement vocabulary (CPV)
45220000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Capital Works Framework Contract will be split in to 2 tender Lots, each with a maximum of 3 Contractors. Lot 1 financial range will be from 0 GBP — 750 000 GBP and Lot 2, 750 000 GBP plus. Contractors will be able to submit bids for either both or individual Lots.
Estimated value excluding VAT:
Range: between 18 000 000 and 25 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As stated in tender documents.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: