Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local agency/office
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:
SS16075 — St Clements Way, Greenhithe.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
NUTS code UKJ42
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)
The A206 St Clements Way is located on the important A226 strategic route between Dartford and Gravesend, provides links to the A2 and Dartford Crossing, and access to Bluewater and the Crossways business parks. St Clements Way also provides direct access to Greenhithe Station and forms a key link for the Fastrack bus service and other important bus services in the area.
Substantial new development has been built and is planned in the area and this will increase traffic flows and congestion. This improvement scheme forms part of a wider package of improvements (including the A2 Bean junction) aimed at reducing congestion and catering for future growth and development in the Kent Thameside area.
The aim of the scheme is to reduce traffic congestion and improve journey time reliability. This will be achieved by increasing the size and capacity of the London Road/St Clements Way roundabout and the provision of new bus facilities along St Clements Way will assist in the planned expansion of the Fastrack bus service.
The site is highly constrained by existing buildings but where possible existing KCC land has been utilised to maximize the benefits of the scheme. The existing pedestrian crossings will be upgraded with new and more efficient signal equipment and the existing footway along St Clements Way, between London Road and Mounts Road, will be converted to a shared footway/cycleway facility. Noise fencing is being provided to mitigate the impact the increase in noise levels and will be integrated with new landscape planting.
Construction is currently programmed to start in February 2018 and due to be completed in the spring of 2019.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)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:
The A206 St Clements Way is located on the important A226 strategic route between Dartford and Gravesend, provides links to the A2 and Dartford Crossing, and access to Bluewater and the Crossways business parks. St Clements Way also provides direct access to Greenhithe Station and forms a key link for the Fastrack bus service and other important bus services in the area.
Substantial new development has been built and is planned in the area and this will increase traffic flows and congestion. This improvement scheme forms part of a wider package of improvements (including the A2 Bean junction) aimed at reducing congestion and catering for future growth and development in the Kent Thameside area.
The aim of the scheme is to reduce traffic congestion and improve journey time reliability. This will be achieved by increasing the size and capacity of the London Road/St Clements Way roundabout and the provision of new bus facilities along St Clements Way will assist in the planned expansion of the Fastrack bus service.
The site is highly constrained by existing buildings but where possible existing KCC land has been utilised to maximize the benefits of the scheme. The existing pedestrian crossings will be upgraded with new and more efficient signal equipment and the existing footway along St Clements Way, between London Road and Mounts Road, will be converted to a shared footway/cycleway facility. Noise fencing is being provided to mitigate the impact the increase in noise levels and will be integrated with new landscape planting.
Construction is currently programmed to start in February 2018 and due to be completed in the spring of 2019.
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
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds, warranties and other forms of appropriate security. As defined in the Tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As defined in the Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form will be required. In the case of organisations applying as a consortia or joint venture, full details for each member is required. It will be necessary for each member to sign an undertaking that they shall be jointly and severally liable, or to require a single provider to take primary liability, for the performance of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As defined in the tender documentation.
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 and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Tender Documentation.
Minimum level(s) of standards possibly required: As set out in the Tender Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Tender Documentation.
Minimum level(s) of standards possibly required:
As set out in the Tender Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
SS16075
IV.3.2)Previous publication(s) concerning the same contract
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: 2.8.2017 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.8.2017 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 2.8.2017 - 12:00
Persons authorised to be present at the opening of tenders: no
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
Further information about Kent County Council can be found at http://www.kent.gov.uk Expressions of Interest must be by way of completion and return of a tender submission via the Council's etendering system Pro-Contract, by the date and time specified in IV.3.4) Tenderers are required to register their company details on the Pro-Contract, e-tendering system. No charge is made for registration or access to this system. Full details and user guides on how to register and operate the system are available via the link https://www.kentbusinessportal.org.uk There will be no hard copy documents issued to organisations and all communications with the Council including the submission of Tender Responses will be conducted via the Kent Business Portal — ProContract.
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:
16.6.2017