Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract involves joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Tamar Road Bridge Suspension System Remedial Works.
Reference number: DN231976
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Works
II.1.4)Short description:
Inspection of hidden critical elements (hanger and cable band bolts) in 2014 and associated laboratory testing in 2015 revealed some anomalies in bolt hardness values.
Some additional sample hardness testing was instructed and undertaken in Summer 2016. This was further extended to full coverage hardness testing in Autumn 2016.
Preliminary results of the full testing exercise have indicated that provision for a programme of bolt replacement is now required. The nature of the proposed replacement works is of a relatively specialist nature and will involve works at height adjacent to live traffic and a waterway. The works are likely to be instructed for priority completion.
In view of the likely mobilisation period and winter working restrictions this is expected to mean a start on site in Spring 2017.
II.1.5)Estimated total value
Value excluding VAT: 4 788 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKK3
NUTS code: UKK4
Main site or place of performance:
The Tamar Bridge that crosses the River Tamar between the main Towns of Saltash in Cornwall and Plymouth in Devon.
II.2.4)Description of the procurement:
It should be noted that testing works and interpretation are still ongoing at the date of publication of this document and therefore the final scope of the works cannot yet be defined. As such, it is envisaged that the client will develop and enhance the agreed specification and scope of works in collaboration with a likely maximum of 3 Contractors to be selected to discuss possibilities and options through a formal Competitive Dialogue Procurement Process, to arrive at an optimum working solution of planned replacement for these key components of the Bridge structure over an agreed period of time. Currently, the range of work may vary from the minimal replacements of bolts, i.e. approximately 20 % out of a total of 1 374 bolts, up to full replacement and this is reflected in the estimated value of work, envisaged to be between 2 825 000 and 4 788 000 GBP.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
This will be based upon demonstrable capability, availability and agreement with contractual preliminaries, more specifically:
1. An expression of interest confirming availability of suitable resource to participate in the proposed Competitive Dialogue process for its full duration.
2. Confirmation of suitability of previous relevant experience to undertake such works and a clear understanding of the Health and Safety requirements.
3. Confirmation of availability of adequate resources to undertake the works commencing with design and planning in 2017.
4. Contractor's initial views on proposed form of contract, anticipated to be NEC, tender period, risks, liabilities and insurances etc. to assist with the achievement of productive dialogue, tender, and tender assessment periods prior to contract award.
5. Contractor attendance on site for a half day visit, scheduled to commence at the Bridge Offices at 10:00 on Wednesday 25.1.2017, to allow prospective contractors to view the bridge site and some of the more accessible hangar bolts etc.
The Client will select up to 3 contractors, considered to be most suitable on the basis of the aforementioned criteria and in more specific relation to the 3 highest scored responses to the Quality based assessment questions, to be answered within the preliminary Invitation to Tender documentation.
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Please note that the bolts are located across 120 Hanger locations, spanning the full length of the Bridge, and as such it is envisaged a programme of complete replacement may take between 12 and 18 months.
This opportunity is also being advertised via the Contracts Finder website from where a detailed Contractor Briefing Document can be downloaded for information purposes.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Competitive dialogue
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 13/02/2017
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Cornwall Council Monitoring Officer
Truro
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
13/01/2017