loading
  • GB-BR1 3UH Bromley
  • 19.03.2018
  • Ausschreibung
  • (ID 2-292531)

Highways Minor Reactive Works, Highways Drainage Cleaning, and Winter Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.03.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    The Highways Minor Reactive Works, Highways Drainage Cleaning, and Winter Services is being procured via an Open Procedure method.
    The tender opportunity will be run electronically through the London Tenders Portal and suppliers will need to register their company with the portal as soon as possible (if they have not already done so) at www.londontenders.org to ensure they are able to access and submit the relevant documents online.
    All applications must be made through the London Tenders Portal only and not to the Contact Details contained in this notice.
    Leistungsumfang
    Deals with day-to-day frontline safety issues including minor reactive repairs to the fabric of the highway involving carriageway, footway and street furniture (excluding street-lighting) repairs. Also includes works to the highway drainage infrastructure (due to start 1.4.2019).
    Small traffic scheme installations (e.g. TfL funded pedestrian crossings) use this contract. Contract deals with Emergency & out-of-hours call-out service, winter service, and road markings.
    Adresse des Bauherren UK-BR1 3UH Bromley
    TED Dokumenten-Nr. 67738-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Bromley: Highway maintenance work

      2018/S 031-067738

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      London Borough of Bromley
      Bromley Civic Centre, Stockwell Close
      Bromley
      BR1 3UH
      United Kingdom
      Contact person: Ms Joanne Harris
      Telephone: +44 2084617530
      E-mail: 
      MTdjaFpnZ14nYVpra2JsOVtraGZlXnInYGhvJ25k
      NUTS code: UKJ4

      Internet address(es):

      Main address: http://www.bromley.gov.uk/

      Address of the buyer profile: http://www.bromley.gov.uk/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.londontenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.londontenders.org
      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.1.1)Title:

       

      Highways Minor Reactive Works, Highways Drainage Cleaning, and Winter Services

       

      Reference number: DN307780
      II.1.2)Main CPV code
      45233139
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Highways Minor Reactive Works, Highways Drainage Cleaning, and Winter Services is being procured via an Open Procedure method.

      The tender opportunity will be run electronically through the London Tenders Portal and suppliers will need to register their company with the portal as soon as possible (if they have not already done so) at www.londontenders.org to ensure they are able to access and submit the relevant documents online.

      All applications must be made through the London Tenders Portal only and not to the Contact Details contained in this notice.

       

      II.1.5)Estimated total value
      Value excluding VAT: 23 500 000.00 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)
      45233139
      45233141
      45233142
      45233150
      45233161
      45233162
      45233222
      45233223
      45233229
      45233251
      45233280
      45233290
      45233291
      45233293
      50100000
      90700000
      II.2.3)Place of performance
      NUTS code: UKJ4
      II.2.4)Description of the procurement:

       

      Deals with day-to-day frontline safety issues including minor reactive repairs to the fabric of the highway involving carriageway, footway and street furniture (excluding street-lighting) repairs. Also includes works to the highway drainage infrastructure (due to start 1.4.2019).

      Small traffic scheme installations (e.g. TfL funded pedestrian crossings) use this contract. Contract deals with Emergency & out-of-hours call-out service, winter service, and road markings.

       

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/07/2018
      End: 30/06/2027
      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 contract may be extended for 1 year (1.7.2026 to 30.6.2027) at the Council's sole discretion.

       

      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
      III.1.2)Economic and financial standing
      III.1.3)Technical and professional ability
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of 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: 19/03/2018
      Local time: 12:00
      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
      IV.2.7)Conditions for opening of tenders
      Date: 19/03/2018
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Tenderers may bid for other related tenders, in specified areas such as the following tenders for Highways Major Works and Street Lighting service, Environmental Services related to:

      — Waste Disposal (Lot 1),

      — Waste Collection (Lot 2),

      — Street Environment (Lot 3),

      — Parks Management and Grounds Maintenance Services (Lot 4) (OJEU notice 2018/S 006-009405) and Arboricultural Maintenance due to be published at the beginning of June 2018.

      The Council will facilitate the opportunity for tenderers to provide discounts across these services and the other soon to be published tender as noted above. As this is a long-term service, the Council will make provision for anticipated changes and change control.

      Any selection of tenderers will be based solely on the criteria set out for the procurement. Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria.

      Tenderers should note that the evaluation of the above criteria for Quality issues etc. will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further.

      An indicative use of this model can be downloaded from the Council’s website at:

      — http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders

      Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Royal Court of Justice
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079476000
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Royal Court of Justice
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079476000
      VI.5)Date of dispatch of this notice:
      12/02/2018
    © 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 14.02.2018
Zuletzt aktualisiert 14.02.2018
Wettbewerbs-ID 2-292531 Status Kostenpflichtig
Seitenaufrufe 41