loading
  • GB-GU1 3BB Guildford
  • 17.07.2017
  • Ausschreibung
  • (ID 2-266469)

GBC VH Design and Build of the Walnut Pedestrian Bridge, Guildford Town Centre


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.07.2017 Bewerbungsschluss
    Schlusstermin für Unterlagen 17.07.2017
    Verfahren Wettbewerblicher Dialog
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Gebäude / sonstige / Objektplanung Ingenieurbauwerke / Tragwerksplanung
    Sprache Englisch
    Aufgabe
    Introduction.
    1.1.1 Guildford Borough Council, in partnership with Surrey County Council and the M3 Local Enterprise Partnership wishes to replace Walnut Bridge in the centre of Guildford. The existing bridge is narrow and has a western entrance that is ‘hidden’ within an existing building, so that only those with local knowledge know of the bridge's presence. A new bridge structure will also act as a catalyst for the regeneration of the Bedford Wharf site. This pedestrian and cycle bridge forms a vital link between the Railway Station and the Town Centre.
    1.1.2 The bridge forms a key component of the Guildford Town Centre Transport Package, with the remaining funding work stream from the M3 LEP secured in March 2016. Please review appendices to this document for further background to the bridge, including rationale, its fit with the overall package submission and funding mechanism.
    1.1.3 Guildford Borough Council is the contracting authority.
    1.1.4 The OJEU Notice was published in the Official Journal of the European Union in May 2017 seeking expressions of interest from organisations wishing to participate in the Project.
    1.1.5 The Council is carrying out this procurement using the Competitive Dialogue Procedure under European Directive 2014/24/EU as implemented in the UK by the Public Contracts Regulations 2015 (Statutory Instrument Number 102, 2015).
    1.1.6 The Council conducted a pre-qualification (PQQ) exercise to identify suitable bidders to participate in this procurement. 3 such Bidders are now invited to participate in the Competitive Dialogue Procedure with the Council (‘The Bidders’).
    [Note: the document pack, issued to interested parties, around the time of publication of the OJEU notice includes both the PQQ and the subsequent ITPD document set. In the first instance bidders should address themselves to the PQQ only.]
    1.1.7 Bidders will be expected to identify during the Dialogue Meetings and in their Solution(s), how they propose to accommodate the requirements of the Council as enshrined in the Contract, Specification, bid- back pricing schedule and other documents. All these documents are listed in Appendix 12 to this document.
    Leistungsumfang
    Estimated value excluding VAT: Range: between 1 500 000 and 3 000 000 GBP
    Adresse des Bauherren UK-GU1 3BB Guildford
    TED Dokumenten-Nr. 202869-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Guildford: Bridge

      2017/S 101-202869

      Contract notice

      Works

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      Guildford Borough Council
      Millmead
      Contact point(s): The Procurement Section
      For the attention of: Vincent Hunt
      GU1 3BB Guildford
      United Kingdom
      Telephone: +44 7970659846
      E-mail: 
      MThuYWZbXWZsJmBtZmw4X21hZFxeZ2pcJl9nbiZtYw==

      Internet address(es):

      General address of the contracting authority: www.guildford.gov.uk

      Further information can be obtained from: The above mentioned contact point(s)

      Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local sub-divisions
      I.3)Main activity
      General public services
      I.4)Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      GBC VH Design and Build of the Walnut Pedestrian Bridge, Guildford Town Centre.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Works
      Design and execution

      NUTS code UKJ2

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract
      II.1.4)Information on framework agreement
      II.1.5)Short description of the contract or purchase(s)
      Introduction.
      1.1.1 Guildford Borough Council, in partnership with Surrey County Council and the M3 Local Enterprise Partnership wishes to replace Walnut Bridge in the centre of Guildford. The existing bridge is narrow and has a western entrance that is ‘hidden’ within an existing building, so that only those with local knowledge know of the bridge's presence. A new bridge structure will also act as a catalyst for the regeneration of the Bedford Wharf site. This pedestrian and cycle bridge forms a vital link between the Railway Station and the Town Centre.
      1.1.2 The bridge forms a key component of the Guildford Town Centre Transport Package, with the remaining funding work stream from the M3 LEP secured in March 2016. Please review appendices to this document for further background to the bridge, including rationale, its fit with the overall package submission and funding mechanism.
      1.1.3 Guildford Borough Council is the contracting authority.
      1.1.4 The OJEU Notice was published in the Official Journal of the European Union in May 2017 seeking expressions of interest from organisations wishing to participate in the Project.
      1.1.5 The Council is carrying out this procurement using the Competitive Dialogue Procedure under European Directive 2014/24/EU as implemented in the UK by the Public Contracts Regulations 2015 (Statutory Instrument Number 102, 2015).
      1.1.6 The Council conducted a pre-qualification (PQQ) exercise to identify suitable bidders to participate in this procurement. 3 such Bidders are now invited to participate in the Competitive Dialogue Procedure with the Council (‘The Bidders’).
      [Note: the document pack, issued to interested parties, around the time of publication of the OJEU notice includes both the PQQ and the subsequent ITPD document set. In the first instance bidders should address themselves to the PQQ only.]
      1.1.7 Bidders will be expected to identify during the Dialogue Meetings and in their Solution(s), how they propose to accommodate the requirements of the Council as enshrined in the Contract, Specification, bid- back pricing schedule and other documents. All these documents are listed in Appendix 12 to this document.
      II.1.6)Common procurement vocabulary (CPV)

      442121004421212045221113713200007132230044212110713270007132200045221119712420004522110045221115712200004511100045221110

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes
      II.1.8)Lots
      This contract is divided into lots: no
      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:
      Estimated value excluding VAT: 
      Range: between 1 500 000 and 3 000 000 GBP
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      II.3)Duration of the contract or time limit for completion

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      III.1.4)Other particular conditions
      III.2)Conditions for participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Applicants will be expected to complete a Supplier Qualification Form.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Applicants will be expected to complete a Supplier Qualification Form.
      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
      competitive dialogue
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      IV.2)Award criteria
      IV.2.1)Award criteria
      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 authority:
      GBC - 014381
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 17.7.2017
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      18.7.2017
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      30.8.2017
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
      English.
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
      IV.3.8)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      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
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures
      VI.4.2)Lodging of appeals
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      23.5.2017
    © 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 29.05.2017
Zuletzt aktualisiert 29.05.2017
Wettbewerbs-ID 2-266469 Status Kostenpflichtig
Seitenaufrufe 37