Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Eurotunnel
UK Terminal, Ashford Road, Kent
For the attention of: Mr Keith Seddon, Mrs Tracy MacDonald
CT18 8XX Folkestone
United Kingdom
Telephone: +44 1303282764/+44 1303282762
E-mail: MjE5WFJWYVUbYFJRUVxbLVJiX1xhYltbUlkbUFxa, MjEwamhXWW8kY1dZWmVkV2JaNltraGVqa2RkW2IkWWVj
Fax: +44 1303282791
Internet address(es):
General address of the contracting entity: www.eurotunnel.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Railway services
Other: transport
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Outline and Detailed Design of Infrastructure to achieve extra capacity on the Folkestone UK Terminal.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Eurotunnel UK Terminal Folkestone.
NUTS code UKJ4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Outline Design (APS) and Detailed Design (APD) of Infrastructure to achieve extra capacity on the Folkestone UK Terminal for the following Lots:
Lot UK01: New Platforms on the UK Terminal at Folkestone,
Lot UK02: Overbridge Widening on the UK Terminal at Folkestone,
Lot UK03: Front Rake Allocation Area Widening on the UK Terminal.
II.1.6)Common procurement vocabulary (CPV)
71000000, 71600000, 71700000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot UK01: New Platforms on the UK Terminal at Folkestone
Project Management mission for Outline and Detailed Design of additional platforms to achieve extra capacity.
Lot UK02: Overbridge Widening on the UK Terminal at Folkestone
Project Management mission for Outline and Detailed Design of the widening of the existing Overbridges to achieve extra capacity.
Lot UK03: Front Rake Allocation Area Widening on the UK Terminal
Project Management mission for Outline and Detailed Design of the widening of the Front Rake Allocation Lanes area to achieve extra capacity.
All lots include: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot UK01: New Platforms on the UK Terminal at Folkestone
1)Short description:
Project Management mission for Outline and Detailed Design of additional platforms to achieve extra capacity.
2)Common procurement vocabulary (CPV)
71000000, 71600000, 71700000
3)Quantity or scope:
Lot includes: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
5)Additional information about lots:
Lots can be awarded separately.
Lot No: 2 Lot title: Lot UK02: Overbridge Widening on the UK Terminal at Folkestone
1)Short description:
Project Management mission for Outline and Detailed Design of the widening of the existing Overbridges to achieve extra capacity.
2)Common procurement vocabulary (CPV)
71000000, 71600000, 71700000
3)Quantity or scope:
Lot includes: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
5)Additional information about lots:
Lots can be awarded separately.
Lot No: 3 Lot title: Lot UK03: Front Rake Allocation Area Widening on the UK Terminal
1)Short description:
Project Management mission for Outline and Detailed Design of the widening of the Front Rake Allocation Lanes area to achieve extra capacity.
2)Common procurement vocabulary (CPV)
71000000, 71600000, 71700000
3)Quantity or scope:
Lot includes: civil engineering, HV and LV power supply, lighting, signage, video surveillance, access control, communications, fixed equipment and establishing dossiers for statutory compliance.
The work will include feasibility studies, traffic modelling, site investigation, cost estimates and detailed engineering design.
5)Additional information about lots:
Lots can be awarded separately.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance Guarantee.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment Terms 60 days from invoice date.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Registered companies or groups of companies (partnership / JV).
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information of current status for membership of professional or trade bodies / registers.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: — company registration certificate,
— statement confirming no intention to file for bankruptcy,
— statement confirming you have satisfied all social and fiscal obligations for last 2 years,
— details of any court proceedings in last 5 years,
— certificates: quality, safety and environment certification,
— safety manual, frequency and seriousness rates of accidents in last 3 years,
— insurance certificate with amounts and risks warranted,
— turn over and results for the last 3 years,
— turn over and results for the last 3 years for above defined activity (see II.2.1),
— details of any subsidiary company or parent company,
— number of people employed,
— number of people for each lot,
— equipment, material, people and ability to provide the services,
— references for each activity (lot) in terms of client, description, location, value.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: — relevant references in the respective domain of activity, Experience of similar contracts over the last 3 years,
— copies of professional certificates, statements, and competences, (Safety, Quality, environment etc.),
— workforce strength in the respective domain of activity,
— industrial and commercial profile of the Company.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
IV.3.4)Time limit for receipt of tenders or requests to participate
12.5.2017
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Potential candidates must prove that they have the resources and capability to deliver this contract on time, within budget, and to meet the client (employer) requirements and expectations.
The contract issued may include Liquidated Damages. Details will be supplied in the tender documents.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Tribunal de grande instance de Lille
59034 Lille
France
Telephone: +33 320783333
Fax: +33 320783452
Body responsible for mediation procedures
Tribunal de grande instance de Lille
59034 Lille
France
Telephone: +33 320783333
Fax: +33 320783452
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Tribunal de grande instance de Lille
59034 Lille
France
Telephone: +33 320783333
Fax: +33 320783452
VI.5)Date of dispatch of this notice:
22.4.2017