loading
  • GB-FY1 1NA Blackpool
  • 24.04.2017
  • Ausschreibung
  • (ID 2-259509)

Extension of the Blackpool and Fleetwood Tramway from North Pier to North Station


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.04.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Verkehrsanlagen / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    The Contracting Authority wish to undertake an extension of the Blackpool and Fleetwood Tramway from North Pier to a terminus adjacent to Blackpool North Railway Station.
    Leistungsumfang
    Detailed design and construction of:- a) Approx 550 m of twin track, crossings, turnouts, drainage, ducts and trackbed, together with connections of the existing tramway track; b) Tram stops; c) Association highway works; d) The reconstruction of Talbot Square; e)the reconstruction of highway junctions; f) The OLE and associated electrical supply and control infrastructure; g) earthing and bonding. (‘The Works’).
    Adresse des Bauherren UK-FY1 1NA Blackpool
    TED Dokumenten-Nr. 103054-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Blackpool: Tramway works

      2017/S 056-103054

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Blackpool Council
      PO Box 4
      Blackpool
      FY1 1NA
      United Kingdom
      Contact person: Mr Paul Grocott
      Telephone: +44 1253476002
      E-mail: MTFvYHRrLWZxbmJuc3M/YWtgYmpvbm5rLWZudS10ag==
      NUTS code: UKD42

      Internet address(es):

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

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

      I.2)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
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
      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:

       

      Extension of the Blackpool and Fleetwood Tramway from North Pier to North Station.

       

      Reference number: DN246259
      II.1.2)Main CPV code
      45234121
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      The Contracting Authority wish to undertake an extension of the Blackpool and Fleetwood Tramway from North Pier to a terminus adjacent to Blackpool North Railway Station.

       

      II.1.5)Estimated total value
      Value excluding VAT: 10 000 000.00 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)
      34941200
      34941300
      34941600
      34941800
      34942000
      34946000
      34990000
      44110000
      45100000
      45213300
      45213350
      45232400
      45233121
      45233125
      45233140
      45233160
      45233220
      45233221
      45233223
      45233290
      45233291
      45233293
      45233294
      45233300
      45234115
      45234116
      45234126
      45234160
      45311000
      45314000
      45315300
      45316100
      45316110
      45316200
      45316211
      45316212
      45340000
      48813200
      71322000
      II.2.3)Place of performance
      NUTS code: UKD42
      II.2.4)Description of the procurement:

       

      Detailed design and construction of:- a) Approx 550 m of twin track, crossings, turnouts, drainage, ducts and trackbed, together with connections of the existing tramway track; b) Tram stops; c) Association highway works; d) The reconstruction of Talbot Square; e)the reconstruction of highway junctions; f) The OLE and associated electrical supply and control infrastructure; g) earthing and bonding. (‘The Works’).

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality, programme, and technical merit / Weighting: 30 %
      Quality criterion - Name: Social value / Weighting: 20 %
      Quality criterion - Name: Compliance and compatibility / Weighting: 10 %
      Price - Weighting: 40 %
      II.2.6)Estimated value
      Value excluding VAT: 10 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 16
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      Envisaged minimum of candidates at Negotiation stage if required 3, maximum number of candidates at ISIT stage is 5. The Contracting Authority reserves the right to award the contract on the basis of initial tender without conducting negotiations.

       

      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:

       

      Candidates will be assessed in accordance with the Public Contracts Regulations 2015 on the basis of information provided in response to a Request to Participate questionnaire (‘RTP’) which is available from the Contracting Authority via the North West Supplier Portal The Chest. RTP responses must be returned to the Contracting Authority via The Chest before the deadline specified in section IV.2.2).

       

      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 procedure with negotiation
      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.1.5)Information about negotiation
      The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
      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: 24/04/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 02/05/2017
      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: 8 (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:

       

      The Contracting Authority expressly reserve the right: (i) Not to award any contract as a result of the procurement process commenced by the publication of this notice; (ii) To make whatever changes they may see fit to the content, process, timing and structure of the tendering competition; (iii) Not to evaluate any RTP responses received after the relevant deadline; (iv) To award one or more contracts in respect of part only of the requirements covered by this contract notice; (v) To procure the whole or any of the requirements covered by this contract notice by any other means they may see fit (including by way of a new procurement process); and in no circumstances will the Contracting Authority be liable for any costs incurred by those candidates participating in the procurement process. Variant bids may be permissible within the parameters to be set out in the Invitation to Tender documentation.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court of Justice of England & Wales
      London
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Contracting Authority will incorporate a minimum 10 calendar day standstill period (‘Standstill Period’) at the point information on the award of the contract is communicated to the candidates. This period allows unsuccessful candidates to see further debriefing from the Contracting Authority before a contract is entered into. Unsuccessful candidates will have up to two working days from the notification of the award decision to request additional debriefing and such additional debriefing will be provided a minimum of 3 working days before the expiry of the Standstill Period. Such additional debriefing must be requested from the addressee specified in Section l. If an appeal regarding the award decision has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the regulations to take action in the High Court (England, Wales and Northern Ireland.) Any such action must be brought promptly (generally within 3 months). Where a contact has not been entered into as a result of the procurement process, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and the Court may award damages in favour of the claimant. The purpose of the Standstill Period is to allow persons to apply to the Courts to set aside the award decision before any contract is entered into.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      17/03/2017
    © 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 21.03.2017
Zuletzt aktualisiert 21.03.2017
Wettbewerbs-ID 2-259509 Status Kostenpflichtig
Seitenaufrufe 46