Riverside Way, Inverness - Strategic Active Travel Corridor (Stage 1) (Великобритания (Англия, Шотландия, Уэльс) - Тендер #41171239) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: The Highland Council Номер конкурса: 41171239 Дата публикации: 27-04-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | Riverside Way, Inverness - Strategic Active Travel Corridor (Stage 1) |
OCID: | ocds-h6vhtk-03c41b |
Published by: | The Highland Council |
Authority ID: | AA26601 |
Publication Date: | 26/04/2023 |
Deadline Date: | 26/05/2023 |
Deadline Time: | 12:00 |
Notice Type: | Contract Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
Construction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way. The main works will be the following: - Drainage works; - Carriageway (3665m2) and footway resurfacing(5966m2); - Kerbing (2833m) & Footway Edging (1465m); - Installation of raised tables; - Associated infrastructure, road signing and carriageway markings; and - Removal of lighting columns and associated electrical work in conjunction with The Highland Council. Site clearance will include cold milling of the existing pavement, kerbing, footway pavement, removal of pedestrian guardrail and fence, tree removal and road markings. |
The Highland Council
Council Headquarters, Glenurquhart Road
Inverness
IV3 5NX
UK
Telephone: +44 1463702563
E-mail: pdu_procurement@highland.gov.uk
NUTS: UKM6
Internet address(es)
Main address: http://www.highland.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
Access to the procurement documents is restricted. Further information can be obtained at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Regional or local authority
General public services
Riverside Way, Inverness - Strategic Active Travel Corridor (Stage 1)
Reference number: YEHAS6111
II.1.2) Main CPV code45000000
II.1.3) Type of contractWorks
II.1.4) Short descriptionConstruction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way.
II.1.5) Estimated total valueValue excluding VAT: 2 500 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
45233162
45233161
45233150
45233290
II.2.3) Place of performanceNUTS code:
UKM6
Main site or place of performance:
Ness Walk, Inverness
II.2.4) Description of the procurementConstruction of a new segregated contraflow cycle lane and footway as part of the Inverness City Active Travel Network (ICATN) Route 2 on the Riverside Way.
The main works will be the following:
- Drainage works;
- Carriageway (3665m2) and footway resurfacing(5966m2);
- Kerbing (2833m) & Footway Edging (1465m);
- Installation of raised tables;
- Associated infrastructure, road signing and carriageway markings; and
- Removal of lighting columns and associated electrical work in conjunction with The Highland Council.
Site clearance will include cold milling of the existing pavement, kerbing, footway pavement, removal of pedestrian guardrail and fence, tree removal and road markings.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 2 500 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 6
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
The number would seem appropriate given the number of perceived local and national contractors who may have appetite for and be able to undertake these works.
II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
List and brief description of conditions:
As outlined in the attached SPD instructions and supporting information documentation.
III.1.2) Economic and financial standingList and brief description of selection criteria:
During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant SPD Response; and- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.
Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.
Minimum level(s) of standards required:
During this first stage of the selection, the selection team will determine on a pass/fail basis whether: - the Bidder has submitted a complete and compliant SPD Response; and- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.
Stage Two: Selection Criteria - Minimum Requirements During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.
III.1.3) Technical and professional abilityList and brief description of selection criteria:
Bidders shall as a minimum demonstrate the following:
1. The experience, competence and accreditations necessary to undertake works involving construction activities concerning bridge construction/replacement.
2. Experience and competence in obtaining consents / approvals and liaising with the infrastructure owners / guardians such as the local roads authority.
3. Experience and competence in the construction of roads and associated civil engineering works.
4. Qualifications and accreditations for carrying out the works described in the contract notice including but not limited to bridge construction, excavation, drainage, utility diversions, traffic signal alterations and installation, training / qualifications in the operation of the plant proposed, health and safety and risk assessment qualifications and training.
5. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment, minimising disruption and avoiding nuisance to the local community.
6. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.
Minimum level(s) of standards required:
1. The experience, competence and accreditations necessary to undertake works involving construction activities concerning bridge construction/replacement.
2. Experience and competence in obtaining consents / approvals and liaising with the infrastructure owners / guardians such as the local roads authority.
3. Experience and competence in the construction of roads and associated civil engineering works.
4. Qualifications and accreditations for carrying out the works described in the contract notice including but not limited to bridge construction, excavation, drainage, utility diversions, traffic signal alterations and installation, training / qualifications in the operation of the plant proposed, health and safety and risk assessment qualifications and training.
5. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment, minimising disruption and avoiding nuisance to the local community.
6. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Date: 26/05/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 02/06/2023
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 4 (from the date stated for receipt of tender)
This is a recurrent procurement: No
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=729948.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits requirements will be as set out in a separate Community Benefits Project Plan which will form part of the overall qualitative assessment at the ITT stage.
(SC Ref:729948)
Sheriff Court House
The Castle
Inverness
IV2 3EG
UK
25/04/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | pdu_procurement@highland.gov.uk |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
45000000 | Construction work | Construction and Real Estate |
45233162 | Cycle path construction work | Construction, foundation and surface works for highways, roads |
45233161 | Footpath construction work | Construction, foundation and surface works for highways, roads |
45233290 | Installation of road signs | Construction, foundation and surface works for highways, roads |
45233150 | Traffic-calming works | Construction, foundation and surface works for highways, roads |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |