Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Wigan Council
Directorate of Places: Economy, Waste and Infrastructure, Wigan Life Centre (South), PO Box 100
Wigan
WN1 3DS
United Kingdom
Contact person: Mr Alan Carver — Highways Design and Flood Strategy Engineer
Telephone: +44 1942489290
E-mail:
MTY7KD1bbHBfbDpxY2FbaChhaXAob2U=
NUTS code:
UKD3
Internet address(es):
Main address: http://www.wigan.gov.uk
Address of the buyer profile: http://www.wigan.gov.uk
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from another address:
The Chest
Internet Accessible
United Kingdom
Contact person: All communications including questions, requests for clarification and additional information relating to this procurement procedure must be made via The Chest's messaging facility available when logged into the portal
E-mail:
MjEyNSI3VWZqWWY0a11bVWIiW2NqImlf
NUTS code:
UKD3
Internet address(es):
Main address: https://www.the-chest.org.uk
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.1.2)Main CPV code
71350000
II.1.3)Type of contract
Services
II.1.4)Short description:
A Drainage Asset Survey is required to improve knowledge of the location and condition of highway drainage in Wigan Borough. This will specifically require locating and mapping gully connections and any other pipes in order to show how the gullies in the survey area connect to known drainage infrastructure; the provision of CCTV survey reports and footage of these gully connection pipes according to the WRc Manual of Sewer Classification; hydraulically cleaning all pipework and gullies prior to the survey; and undertaking any traffic management in support of these tasks. The contract will also require the accurate recording of all work and any variations or additions to the inventory supplied using a software mapping system, the maintenance and development of the system during the period of the contract, and the provision of access to the data for a period of 36 months following the completion of the 12 month contract period.
II.1.5)Estimated total value
Value excluding VAT: 350 000.00 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)
50000000
50200000
50230000
71000000
71250000
71300000
71310000
71311000
71311100
71311210
71311220
71311300
71312000
71330000
71335000
71336000
71350000
71353100
71354100
71355000
71356000
71600000
71621000
71630000
71631000
71631400
71631480
90640000
90641000
90642000
II.2.3)Place of performance
NUTS code: UKD3
Main site or place of performance:
Wigan, Greater Manchester, United Kingdom.
II.2.4)Description of the procurement:
A Drainage Asset Survey is required to improve knowledge of the location and condition of highway drainage in Wigan Borough. The objectives of the commission are to provide Wigan Council with a flexible service to undertake investigations in advance of capital maintenance schemes, to carry out drainage investigations and cleansing services for Lead Local Flood Authority (LLFA) schemes, to complete asset mapping and drainage proofing across the network as directed, and to expand, maintain and update the Council's asset inventory system.
The Service is to include the location and CCTV survey of the currently unmapped pipework that links the gullies in the survey area to the wider drainage network. Wigan Council holds good data on gully locations (this information will be provided to the successful contractor in digital format for uploading to a software mapping system) on condition, United Utilities holds data on public sewers, but there is limited information on the pipework and connections that the gully network utilises between. Additionally, there is limited information on existing culverts and chambers outside the above network. The Service will specifically require locating and mapping gully connections and any other pipes in order to show how the gullies in the survey area connect to known drainage infrastructure; the provision of CCTV survey reports and footage of these gully connection pipes according to the WRc Manual of Sewer Classification; hydraulically cleaning all pipework and gullies prior to the survey; and undertaking any traffic management in support of these tasks. The contract will also require the accurate recording of all work and any variations or additions to the inventory supplied using a software mapping system (either Wigan Council's preferred system or a similar system to be proposed by the tenderer and approved by Wigan Council), the maintenance and development of the system during the period of the contract, and the provision of access to the data for a period of 36 months following the completion of the twelve month contract period.
This Invitation to Tender is divided into 4 Task Orders: Task Order 1 — ‘A’ classified roads (approx. 132 km in the Borough with 6 462 mapped road gullies), Task Order 2 — ‘B’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 943 mapped road gullies on the ‘B’ class network), Task Order 3 — ‘C’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 412 mapped road gullies on the ‘C’ class network) and Task Order 4 — ‘Hotspots’ (there are 34 flooding hotspots in the Borough outside the ‘A’, ‘B’ and ‘C’ class network with 152 mapped road gullies). Services will be issued through individual Task Orders at Wigan Council's choosing and Wigan Council reserves the right to amend the limits of the asset mapping to ensure that the provision of the Services does not exceed available expenditure. It is intended that Task Order 1 will be issued initially with completion by 13 October 2017 with the remaining Task Orders being issued by Wigan Council at its choosing within the 52 week contract period based on contractor performance and available expenditure in line with the Service Information. Tenderers should note that Wigan Council has a proactive robust maintenance system to monitoring levels of silt build up in gullies across the Borough with an annual clean of the gullies and associated interconnecting pipework on the strategic network and flooding hotspots. Further details regarding gully cleaning, anticipated volumes of silt for disposal and the length of interconnecting pipework is available in the Invitation to Tender documentation. Tenderers are directed to the Invitation to Tender documentation which contains a full Specification for this service.
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
Value excluding VAT: 350 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
This Invitation to Tender is divided into 4 Task Orders: Task Order 1 — ‘A’ classified roads (approx. 132 km in the Borough with 6 462 mapped road gullies), Task Order 2 — ‘B’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 943 mapped road gullies on the ‘B’ class network), Task Order 3 — ‘C’ classified roads (approx. 114 km of ‘B’ and ‘C’ class roads in the Borough with 2 412 mapped road gullies on the ‘C’ class network) and Task Order 4 — ‘Hotspots’ (there are 34 flooding hotspots in the Borough outside the ‘A’, ‘B’ and ‘C’ class network with 152 mapped road gullies). Services will be issued through individual Task Orders at Wigan Council's choosing and Wigan Council reserves the right to amend the limits of the asset mapping to ensure that the provision of the Services does not exceed available expenditure. It is intended that Task Order 1 will be issued initially with completion by 13 October 2017 with the remaining Task Orders being issued by Wigan Council at its choosing within the 52 week contract period based on contractor performance and available expenditure in line with the Service Information.
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:
As detailed in the Invitation to Tender documentation. Reference should be made in particular to ‘Schedule 2 — Procurement Pack 2’, ‘Schedule 3 — Contract Data Part 1 and Conditions of Contract — Option Z’ and ‘Schedule 5 — Service Information and Specification’ which detail requirements relating to suitability to pursue the professional activity including requirements relating to enrolment on professional or trade registers, including, but not limited to, the Fleet Operator Recognition Scheme (FORS) accreditation, the Construction Logistics and Community Safety (CLOCS) compliance certification scheme, Sector Quality Schemes registration/skill cards, Waste Carrier's Licence and traffic safety personnel training and surveyor professional training requirements.
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.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
As detailed in the Invitation to Tender documentation. Reference should be made in particular to ‘Schedule 2 — Procurement Pack 2’, ‘Schedule 3 — Contract Data Part 1 and Conditions of Contract — Option Z’ and ‘Schedule 5 — Service Information and Specification’ which detail requirements including, but not limited to, the Fleet Operator Recognition Scheme (FORS) accreditation, the Construction Logistics and Community Safety (CLOCS) compliance certification scheme, Sector Quality Schemes registration/skill cards, Waste Carrier's Licence and traffic safety personnel training and surveyor professional training requirements.
III.2.2)Contract performance conditions:
As detailed in the Invitation to Tender documentation. Key Performance Indicators will be measured for each Task Order and are set out within Annex A in document ‘Schedule 5 — Service Information and Specification’.
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: 14/07/2017
Local time: 17:00
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: 17/07/2017
Local time: 10:00
Place:
Wigan Council, Directorate of Places: Economy, Waste and Infrastructure, Wigan Life Centre (South), PO Box 100, WN1 3DS, Greater Manchester, United Kingdom.
Information about authorised persons and opening procedure:
Tenders will be opened by an Authorised Service Officer and Service Manager designated by the appropriate Director. The date and time stated for the opening of tenders is indicative and may be subject to change.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The deadline of Friday 14.7.2017 at 17:00 represents the deadline for the submission of final tenders.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Part 3 — Remedies, Chapter 5 — Facilitation of Remedies, Regulations 86/87 (information about contract award procedures and the application of the standstill period prior to contract award) and Part 3 — Remedies, Chapter 6 — Applications to the Court, Regulation 91 (enforcement of obligations) etc. of the EU Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
12/06/2017