loading
  • GB-TR1 3AY Truro
  • 13.02.2017
  • Ausschreibung
  • (ID 2-253530)

Tamar Road Bridge Suspension System Remedial Works


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.02.2017, 15:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Teilnehmer Gewünschte Teilnehmerzahl: max. 3
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Kontrolle, Monitoring / Bauleistung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-TR1 3AY Truro
    TED Dokumenten-Nr. 15708-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Truro: Architectural, construction, engineering and inspection services

      2017/S 011-015708

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Cornwall Council
      County Hall, Treyew Road
      Truro
      TR1 3AY
      United Kingdom
      Contact person: Mr Mike Shillaber
      Telephone: +44 1872322716
      E-mail: MjEyYWdcXWBgVVZZZjRXY2Zia1VgYCJbY2oiaV8=
      NUTS code: UKK3

      Internet address(es):

      Main address: http://www.cornwall.gov.uk

      Address of the buyer profile: http://www.cornwall.gov.uk

      I.1)Name and addresses
      Plymouth City Council
      Civic Centre
      Plymouth
      PL1 3BJ
      United Kingdom
      E-mail: MjEzYFxeWGZbXF9fVFVYZTNWYmVhalRfXyFaYmkhaF4=
      NUTS code: UKK4

      Internet address(es):

      Main address: www.plymouth.gov.uk

      I.2)Joint procurement
      The contract involves joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=3d18f477-c9d1-e611-80da-005056b64545
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=3d18f477-c9d1-e611-80da-005056b64545
      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
      Notice number in the OJ S: 2016/S 237-432224
      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 17.01.2017
Zuletzt aktualisiert 17.01.2017
Wettbewerbs-ID 2-253530 Status Kostenpflichtig
Seitenaufrufe 33