Directive 2014/24/EU
Section I: Contracting authority
I.2)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:
Design, Fabrication, Supply and Installation of a Footbridge at the A127/A1015 Kent Elms Junction.
Reference number: E-Tender Project Id: DN240232
II.1.2)Main CPV code
45221113
II.1.3)Type of contract
Works
II.1.4)Short description:
Southend-on-Sea Borough Council invites electronic tenders for the Design, Fabrication, Supply and Installation of a Footbridge at the A127/A1015 Kent Elms Junction within the boundaries of Southend on Sea Borough Council.
II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 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)
45255400
71322300
45262423
45223800
II.2.3)Place of performance
NUTS code: UKH31
II.2.4)Description of the procurement:
Southend-on-Sea Borough Council invites electronic tenders for the Design, Fabrication, Supply and Installation of a Footbridge at the A127/A1015 Kent Elms Junction within the boundaries of Southend on Sea Borough Council. The footbridge is part of a larger improvement project for highway improvements at the A127/A1015 Kent Elms Junction.
A Footbridge Contractor will be appointed to design, fabricate and install a footbridge working closely with the main highways contractor. The Footbridge Contractor shall also design the footbridge foundations.
The procurement process will be conducted electronically via the Council's electronic Tender Facility (Procontract): https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
The deadline for submission of tenders through the system is Wednesday 5.4.2017 and no later than 16:00.
The Council reserves the right to reject any tender submissions where the Total Commercial submission for all elements in the requirements exceeds 1 000 000 GBP.
As the aggregate value of the works over the term of the contract will not exceed the EU thresholds for Services, the procurement will not be subject to the full scope of the Public Contract Regulations 2015.
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
Start: 17/04/2017
End: 01/09/2017
This contract is subject to renewal: no
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
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
List and brief description of conditions:
Tenderers will be required to complete a Qualification Questionnaire based on the PAS91 Qualification Questionnaire covering:
— C1: Supplier identity, key roles and contact information,
— C2: Financial Information,
— C3: Business and professional standing,
— C4: Health and Safety policy and capability,
— O1: Equal opportunity and diversity policy and capability,
— O2: Environmental management policy and capability,
— O3: Quality management policy and capability,
— O4: Building information modelling, policy and capability,
— C3 for Public Sector procurement — Mandatory exclusions,
— C3 for Public Sector procurement — Discretionary exclusions.
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
Open procedure
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
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: 29/03/2017
Local time: 16:00
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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 05/04/2017
Local time: 16:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Southend-on-Sea Borough Council
Corporate Procurement, 8th Floor, Civic Centre, Victoria Avenue
Southend-on-Sea
SS2 6ER
United Kingdom
Telephone: +44 1702215000
Internet address:www.southend.gov.uk
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:
27/02/2017