Crewe Green Link Road South.
Contract notice
Works
Section I: Contracting authority
Cheshire East Borough Council
Corporate Procurement Unit, Council Offices - Westfield, Middlewich Road
Contact point(s): Christopher Smith
For the attention of: www.thechest.nwce.gov.uk
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 5001235500
Internet address(es):
General address of the contracting authority: www.cheshireeast.gov.uk
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: From North to South, The site starts at the existing roundabout connecting the A532 Weston Rd South and University Way A502 and ties into an existing roundabout located at northern spur of the A500 Hough - Shavington, east of Mill Lane.
NUTS code UKD2
Estimated total value of purchases for the entire duration of the framework agreement
Frequency and value of the contracts to be awarded: 19000000.The scheme also involves the highway passing beneath an existing railway line, which necessitates the construction of a new bridge to carry the railway over the new highway. This will involve a rail possession and closure of the line to undertake the works.
Note: - the participation and process for this procurement will be via the electronic tendering portal - the Chest, located at http://www.thechest.nwce.gov.uk. Please ensure that you also refer to section VI.3 of this notice.
45233100, 45221112, 45112700, 45246400
1) Fulfil the role of principle contractor under CDM Regulations.
2) Fulfil the role of Designer.
3) Operate as an integrated team e.g. client, extended supply chain, other service providers.
4) Liaise with and manage expectations of stakeholders and third parties including the general public.
5) Operate a robust quality management and budget management system.
6) Deal promptly and accurately with customer correspondence, enquiries and feedback.
7) Operate a robust programme management and time forecasting processes.
8) Develop and comply with an environmental statement.
9) Create a Target Cost submission.
10) Work to a construction quality plan.
Estimated value excluding VAT: 19 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The requirements for minimum economic, financial and technical capacity will be included in the tender documents. Also please refer to regulation number 23 of the Public Procurement Regulations 2006 (SI no5) for additional rejection criteria. Please go to the link for additional details: www.opsi.gov.uk/si/si2006/20060005.htm.
Network Rail under the terms of their Agreement with Cheshire East Borough Council (in relation to the rail bridge & associated works) reserves the right that any proposed Contractor meets Network Rail’s requirements (approvals, licences and the like) so that any works undertaken are carried out in such a way to enable Network Rail to operate and continue to operate safe and efficient railway infrastructure. Details of the Network Rail requirements will be provided in the Invitation to Tender.(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.
Information and formalities necessary for evaluating if requirements are met:
Pre Qualification Questionnaires have to be completed and financial assessments will be carried out by the Contracting Authority using the Construction Line notation calculation.
Responses are required on the following criteria in accordance with the details set out in the Pre Qualification Questionnaire:
(1.1) Company Information;
(1.2) Financial Information;
(1.3) Insurances;
(1.4) Licenses, Accreditations, Staffing;
(1.5) Health & Safety;
(1.6) References;
(2.1) Additional Company Information;
(2.2) Grounds for Exclusion;
(2.3) Project Insurance Requirements;
(2.4) Equality & Diversity;
(2.5) Technical & Professional Capacity;
(2.6) Sharing Personal Data;
(3) Undertaking Declaration.
As detailed in the PQQ.
Financial checks will be undertaken for economic operators using the.
Construction Line notation calculation. Economic operators will be assessed according to their level of delivering contracts to a certain value. Any.
Economic Operator not meeting the required value may be disqualified.
The Construction Line Categories of Work and the minimum required Notation.
Value for each Category of Work for the financial check on this contract are:
- Civil Engineering - General: Bridges (Rail) 5 000 000,00 GBP,
- Civil Engineering - Roads & Bridges: Road Construction 15 000 000,00 GBP.
It is the responsibility of the applicant to ensure that the appropriate accounts have been filed and that the credit information held is correct.
Minimum level(s) of standards possibly required: As set out in the Pre Qualification Questionnaire, but summarised as follows:
(a) The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract:
(i) public liability of 25 000 000 GBP (twenty five million pounds);
(ii) employer’s liability of 10 000 000 GBP (ten million pounds);
(iii) professional indemnity of 10 000 000 GBP (ten million pounds).
Organisations will be assessed on their technical capacity to carry out the contract by completion and evaluation of a Pre Qualification Questionnaire.
Responses will be required on the following criteria in accordance with the details set out in the Pre Qualification Questionnaire:
1.1) Company Information
1.2) Financial Information
1.3) Insurances
1.4) Licenses, Accreditations, Staffing
1.5) Health & Safety
1.6) References
2.1) Additional Company Information
2.2) Grounds for Exclusion
2.3) Project Insurance Requirements
2.4) Equality & Diversity
2.5) Technical & Professional Capacity
1. Works
2. Environment
3. Quality Management
4. Social & Economic Questionnaire
2.6) Sharing Personal Data
3) Undertaking Declaration
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As set out in Pre Qualification Questionnaire, but summarised as follows:
1.1) Company Information
1.2) Financial Information
1.3) Insurances
1.4) Licenses, Accreditations, Staffing
1.5) Health & Safety
1.6) References
2.1) Additional Company Information
2.2) Grounds for Exclusion
2.3) Project Insurance Requirements
2.4) Equality & Diversity
2.5) Technical & Professional Capacity
1. Works
2. Environment
3. Quality Management
4. Social & Economic Questionnaire
2.6) Sharing Personal Data
3) Undertaking Declaration
Detailed Criteria for the tender stage, will be published in the Invitation to Tender Document.
Section VI: Complementary information
Suppliers are required to register, submit an expression of interest, download pre qualification questionnaire documents and upload completed pre qualification questionnaire documentation via the Chest at http://www.thechest.nwce.gov.uk - the project reference on The Chest is [NWCE - 8SZLST]. The values given in this notice are only estimations - the Authority gives no guarantee or warranty or makes any representation as to the accuracy of any indicative volumes or as to the value of the work during the contract period.
To assist suppliers, the Contract Authority will use Construction Line to evaluate certain elements of the pre qualification process (as detailed in the PQQ documents). If you are registered on Construction Line, please ensure that you insert your Construction Line number in the PQQ documentation, by doing this, you will not have to complete Section 1 of the PQQ, but you MUST complete the remainder of the PQQ. If you are not registered on Construction Line or do not wish the Contracting Authority to obtain information from Construction Line, you MUST complete the PQQ in full.The Construction Line Categories of Work and the minimum required Notation Value for each Category of Work for the financial check on this contract are:
- Civil Engineering - General: Bridges (Rail) 5 000 000,00 GBP,
- Civil Engineering - Roads & Bridges: Road Construction 15 000 000,00 GBP.
Construction Line registered status of suspended, inactive or not in line with advert requirements will render the PQQ as a fail, unless a separate PQQ document has been completed in full and submitted.
For any queries on the Construction Line, please contact:
Michael Waddington, Construction Line Client Relationship Manager, or Tel No. +44 7584408188.
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Any such action must be brought promptly (generally within 3 months) The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If a framework agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration if any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000