Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Transport for Greater Manchester
2 Piccadilly Place
M1 3BG Manchester
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: http://www.tfgm.com
Electronic access to information: http://www.the-chest.org.uk
Electronic submission of tenders and requests to participate: http://www.the-chest.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityOther: Transport and Economic Development
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Greater Manchester Combined Authority
Town Hall, Albert Square
M60 2LA Manchester
UNITED KINGDOM
Manchester City Council
Town Hall, Albert Square
M60 2LA Manchester
UNITED KINGDOM
Salford City Council
Town Hall, Chorley Road
M27 5DA Salford
UNITED KINGDOM
Bolton Metropolitan Borough Council
Town Hall, Victoria Square
BL1 1RU Bolton
UNITED KINGDOM
Bury Metropolitan Borough Council
Town Hall, Knowsley Street
BL9 0SW Bury
UNITED KINGDOM
Oldham Metropolitan Borough Council
Civic Centre, West Street
OL1 1UT Oldham
UNITED KINGDOM
Rochdale Metropolitan Borough Council
Municipal Offices, Smith Street
OL16 1LQ Rochdale
UNITED KINGDOM
Stockport Metropolitan Borough Council
Town Hall, Edward Street
SK1 3XB Stockport
UNITED KINGDOM
Tameside Metropolitan Borough Council
Council Offices, Wellington Road
OL6 6DL Ashton-under-Lyne
UNITED KINGDOM
Trafford Borough Council
Talbot Road
M32 0TH Stretford
UNITED KINGDOM
Wigan Borough Council
Town Hall, Library Street
WN1 1YN Wigan
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Greater Manchester Broadband Programme.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: Greater Manchester.
UKD3.
NUTS code
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)Provision of Superfast and Ultrafast Broadband Infrastructure to enable the provision of broadband services to residential and business users across Greater Manchester.
II.1.6)Common procurement vocabulary (CPV)64200000, 64210000, 64227000, 32412000, 32412100, 32412110, 32424000, 32420000, 32425000, 32500000, 32570000, 32571000, 51000000, 71316000, 72220000, 72222000, 72315000, 72400000, 72410000, 72411000, 79340000, 79342000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:There is potential for the contract to cover projects with an estimated total value of between 5 000 000 and 40 000 000 GBP.
Estimated value excluding VAT:
Range: between 5 000 000,00 and 40 000 000,00 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 1.4.2013. Completion 30.6.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:As set out in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As set out 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:Joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out 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 registersInformation and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
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 professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedurecompetitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3: and maximum number 6
Objective criteria for choosing the limited number of candidates: As set out in the tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:TfGM Reference Number: 1301
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate18.10.2012 - 10:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): ERDF.
VI.3)Additional informationTfGM is using the e-tendering tool, ProContract at www.the-chest.org.uk to conduct this procurement exercise. Interested suppliers must obtain a Pre-Qualification Questionnaire (PQQ) by registering an expression of interest in contract number NWCE-8XTKJV via the e-tendering tool, ProContract at www.the-chest.org.uk and follow the instructions for accessing and returning documents on this website.
Applicants will need to electronically submit their completed pre-qualification questionnaire and accompanying documentation via ProContract at www.the-chest.org.uk no later than 10:00 on 18.10.2012 as referred to in IV.3.4. Any clarification queries will also need to be submitted via ProContract at www.the-chest.org.uk website.
There is a possibility that the requirement may be split into Lots; however at this stage we are unable to determine the content and number of potential Lots.
If Lots are required these will be defined through the Competitive Dialogue process.
The Authority reserves the right to tender and award Lots or single requirements as deemed appropriate by the Authority.
Length of contract(s) and length of any subsequent contract extensions will be defined through the Competitive Dialogue process and it is envisaged that the maximum extension (if any) will be for 5 years.
The contract(s) will be governed by English Law.
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:10.9.2012