loading
  • GB-MK41 7LW Bedford
  • 14.11.2018
  • Ausschreibung
  • (ID 2-317649)

Asset Delivery Maintenance and Response (East Region)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.11.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    Highways England is looking for a suitable contractor to provide all routine and cyclic maintenance, incident response, defect rectification, when instructed, and severe weather delivery on the all purpose trunk road and motorway network in the East Region (previously known as Areas 6 and 8) in accordance with its standards and objectives. Additional duties will include the provision of traffic management for the Contractor's maintenance and response activities including traffic management during incidents and where instructed by Highways England, the provision of traffic management for the Regional Technology Maintenance Contract (RTMC) in the East region and the facilities maintenance of depots. Under the CDM Regulations 2015 the contractor will be Principal Contractor for all work they undertake unless instructed otherwise by the Service Manager.
    Leistungsumfang
    The successful tenderer will be required to provide all routine and cyclic maintenance, incident response, defect rectification when instructed by Highways England and severe weather delivery on the all-purpose trunk road and motorway network in Highways England East Region (previously Areas 6 and 8) in accordance with Highways England standards and objectives. Additional duties will also include: the provision of traffic management for the purpose of the Contractor's maintenance and response activities, which is to also include traffic management during incidents and where instructed by Highways England provision of traffic management for the RTMC in extended Eastern region; the facilities maintenance of depots and other locations within the Eastern region. Under the CDM Regulations 2015, the Maintenance and Response Contractor will be Principal Contractor for all work they undertake unless instructed otherwise by the Highways England Service Manager. Highways England may consider amending the duties listed above and may remove or amend these as appropriate during the contract period.
    The service period for the maintenance and response contract is for a duration of 15 years. Therefore, to continually ensure the validity and appropriateness of the community objectives, the scope, costs and also that the contractor remains the “right fit” for Highways England and the Community, 3 yearly service review periods have been introduced. The Contractors Accepted Plan will be modified at these periods to ensure the contractor understands and is committed to provide a service to reflect Highways England's changing aims and expectations over the service period.
    Adresse des Bauherren UK-MK41 7LW Bedford
    TED Dokumenten-Nr. 446969-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Bedford: Highway maintenance work

      2018/S 198-446969

      Contract notice

      Works

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Highways England
      Woodlands, Manton Lane
      Bedford
      MK41 7LW
      United Kingdom
      E-mail: MTVAXG5vPG5uYG8/YGdkcWBtdDtjZGJjclx0bmBpYmdcaV8pXmopcGY=
      NUTS code: UK

      Internet address(es):

      Main address: https://www.gov.uk/government/organisations/highways-england

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://highways.bravosolution.co.uk/web/login.shtml
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://highways.bravosolution.co.uk/web/login.shtml
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      National or federal agency/office
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      Asset Delivery Maintenance and Response (East Region)

      II.1.2)Main CPV code
      45233139
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

      Highways England is looking for a suitable contractor to provide all routine and cyclic maintenance, incident response, defect rectification, when instructed, and severe weather delivery on the all purpose trunk road and motorway network in the East Region (previously known as Areas 6 and 8) in accordance with its standards and objectives. Additional duties will include the provision of traffic management for the Contractor's maintenance and response activities including traffic management during incidents and where instructed by Highways England, the provision of traffic management for the Regional Technology Maintenance Contract (RTMC) in the East region and the facilities maintenance of depots. Under the CDM Regulations 2015 the contractor will be Principal Contractor for all work they undertake unless instructed otherwise by the Service Manager.

      II.1.5)Estimated total value
      Value excluding VAT: 490 000 000.00 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)
      45233130
      45233140
      45233141
      45233210
      45310000
      71300000
      II.2.3)Place of performance
      NUTS code: UKH
      NUTS code: UKJ12
      Main site or place of performance:

      HE East Asset Delivery covers the counties of Bedfordshire, Hertfordshire, Cambridgeshire, Essex, Norfolk, Suffolk with traffic management function in Oxfordshire, Buckinghamshire and Berkshire.

      II.2.4)Description of the procurement:

      The successful tenderer will be required to provide all routine and cyclic maintenance, incident response, defect rectification when instructed by Highways England and severe weather delivery on the all-purpose trunk road and motorway network in Highways England East Region (previously Areas 6 and 8) in accordance with Highways England standards and objectives. Additional duties will also include: the provision of traffic management for the purpose of the Contractor's maintenance and response activities, which is to also include traffic management during incidents and where instructed by Highways England provision of traffic management for the RTMC in extended Eastern region; the facilities maintenance of depots and other locations within the Eastern region. Under the CDM Regulations 2015, the Maintenance and Response Contractor will be Principal Contractor for all work they undertake unless instructed otherwise by the Highways England Service Manager. Highways England may consider amending the duties listed above and may remove or amend these as appropriate during the contract period.

      The service period for the maintenance and response contract is for a duration of 15 years. Therefore, to continually ensure the validity and appropriateness of the community objectives, the scope, costs and also that the contractor remains the “right fit” for Highways England and the Community, 3 yearly service review periods have been introduced. The Contractors Accepted Plan will be modified at these periods to ensure the contractor understands and is committed to provide a service to reflect Highways England's changing aims and expectations over the service period.

      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: 460 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 186
      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: no
      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 procurement documents.

      Constructionline (https://www.constructionline.co.uk/) is the UK Government's national pre-qualification register for construction contractors and consultants.

      Applicants may demonstrate their suitability for a number of aspects in the selection process through providing their registration number for their valid and up to date Constuctionline account. Contractors or Incorporated Joint Ventures (Single Legal Entities) submitting an application should provide their Constructionline registration number. For unincorporated Joint Ventures submitting an application each member of the group should provide their individual Constructionline registration number. Constructionline members are requested to ensure their profile is valid and up to date for the purposes of this tendering process.

      Where applicants do not have a Constructionline account, or a valid and up to date Constructionline account, they will have the opportunity to demonstrate their suitability through other means, in accordance with the procurement documents.

      A Guarantor to provide a parent company guarantee will be required. A parent company guarantee may be requested at any time during the term of the contract.

      (i) For Unincorporated Joint Ventures it will be necessary for each member of the group to sign an undertaking that they will be jointly and severally bound for the due performance of the contract. (ii) For Single Legal Entities/Incorporated Joint Ventures submitting an acceptable offer, the consortium must provide a corporate statement of intent to form itself into a single legal entity before any contract can be awarded. The Contractor must state in its interest to this Notice whether it is an Incorporated Joint Venture (stating the date of Incorporation) or an Unincorporated Joint Venture (Joint and Several Liability). In the case of an Unincorporated Joint Venture (Joint and Several Liability) the Contractor must also confirm the names of all the contracting entities with the Employer.

      Applicant companies (including parent companies in the case of Joint Ventures) should be aware that they will not be permitted to hold more than four of the Highways England's MAC/ASC/Maintenance and Response Contracts. This is to protect the public's interest, in particular to ensure the resilience of the Highways England network. Tendering opportunities for applicant companies may therefore be limited on this basis.

      For the purposes of market share, the East Region (previously Areas 6 and 8) is to be treated as one contract.

      With reference to the market share limit, applicant companies are asked to note that Highways England will take into account any other maintenance and response contracts and asset support contracts, being tendered for. In the event that the market share limit could be breached, Highways England will advise the applicant company at the appropriate time and the applicant company will be given the option to continue with their tender at their own cost and risk. Highways England will then apply the market share test described in the instructions for Tenderers as part of the tender assessment to determine whether any of the tenderers, if awarded the contract, would exceed their market share limit. If so, then Highways England will not consider their tender any further.

      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.2.2)Contract performance conditions:

      Parent Company Guarantee or equivalent form of guarantee may be required at any time during the term of the contract.

      A Parent Company Guarantee or equivalent form of guarantee will be required where the financial standing of the applicant does not meet the required level as stated in the procurement documents.

      Further information will be set out in the Tender Documents. Contract dates stated are indicative, and may be subject to change.

      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: 14/11/2018
      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
      Duration in months: 7 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 14/11/2018
      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:

      The Contracting Authority intends to use an eTendering system in this procurement exercise. Suppliers instructions on How to take part in this Tender:

      1) register your company on the eSourcing portal (this is only required once):

      — browse to the eSourcing Portal: https://highways.bravosolution.co.uk and click the link to register,

      — accept the terms and conditions and click “continue”,

      — enter your correct business and user details,

      — note the username you chose and click “Save” when complete,

      — you will shortly receive an email with your unique password (please keep this secure);

      2) express an Interest in the tender :

      — login to the portal with the username/password,

      — click the “PQQs/ITTs Open to All Suppliers” link (these are pre-qualification questionnaires or Invitations to Tender open to any registered supplier),

      — click on the relevant PQQ/ITT to access the content,

      — click the “Express Interest” button at the top of this page,

      — this will move the PQQ/ITT into your “My PQQs/My ITTs” page (this is a secure area reserved for your projects only),

      — you can now access any attachments by clicking the “Buyer Attachments” in the “PQQ/ITT details” box;

      3) responding to the tender:

      — click “My Response” under “PQQ/ITT Details”, you can choose to “Create Response” or “Decline to Respond” (please give a reason if declining),

      — you can now use the “Messages” function to communicate with the buyer and seek any clarification,

      — note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT,

      — there may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the “Submit Response” button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering helpdesk.

      The successful tenderer will be required to sign the Highways England Fair Payment Charter as a condition of acceptance of their tender.

      As a supplier/organisation looking to bid for public sector contracts you should be aware that tender documentation for contracts over 10 000 GBP will be published on a single website and made available to the public. You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Highways England are committed to ensuring public sector procurement is used, where possible, to promote skills training and open up apprenticeship opportunities on public sector projects and programmes.

      The successful Contractor will be appointed to fulfil the duties of Principal Contractor under the Construction (Design and Management) Regulations 2015. For further details please refer to the instructions for Tenderers.

      The tenderer with the most economically advantageous tender will be required to accept the Highways England Fair Payment Charter as a condition of acceptance of their tender.

      A Tender launch event will be held on xxx at xxx. In order to register an interest in attending, please provide contact details (max 2 people per supplier) to the email address via BravoSolutions messaging by 12:00 on xxx.

      VI.4)Procedures for review
      VI.4.1)Review body
      Highways England Company Limited
      Woodlands, Manton Lane
      Bedford
      MK41 7LW
      United Kingdom
      E-mail: MTFEYHJzQHJyZHNDZGtodWRxeD9naGZndmB4cmRtZmtgbWMtYm4tdGo=

      Internet address: https://www.gov.uk/government/organisations/highways-england

      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
      VI.5)Date of dispatch of this notice:
      10/10/2018
    © 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 15.10.2018
Zuletzt aktualisiert 15.10.2018
Wettbewerbs-ID 2-317649 Status Kostenpflichtig
Seitenaufrufe 31