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)
44212100, 44212120, 45221113, 71320000, 71322300, 44212110, 71327000, 71322000, 45221119, 71242000, 45221100, 45221115, 71220000, 45111000, 45221110
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