By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Kingston Marine Park Infrastructure Works.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Homes and Communities Agency
First floor, Bridge House, 1 Walnut Tree Close
For the attention of: Paul Flatt
GU1 4GA Guildford
UNITED KINGDOM
Telephone: +44 3001234500
E-mail:

Internet address(es):

Address of the buyer profile: www.homesandcommunities.co.uk

Further information can be obtained from: Campbell Reith Hill LLP on behalf of the Homes and Communities Agency
Raven House, 29 Linkfield Lane, Redhill
For the attention of: Mr Steve Archer
RH1 1SS Surrey
UNITED KINGDOM
Telephone: +44 1737784500
E-mail:
Internet address: www.campbellreith.com

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Campbell Reith Hill LLP on behalf of the Homes and Communities Agency
Raven House, 29 Linkfield Lane, Redhill
For the attention of: Mr Steve Archer
RH1 1SS Surrey
UNITED KINGDOM
Telephone: +44 1737784500
E-mail:
Internet address: www.campbellreith.com

Tenders or requests to participate must be sent to: Campbell Reith Hill LLP on behalf of the Homes and Communities Agency
Raven House, 29 Linkfield Lane, Redhill
For the attention of: Mr Steve Archer
RH1 1SS Surrey
UNITED KINGDOM
Telephone: +44 1737784500
E-mail:
Internet address: www.campbellreith.com

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Public order and safety
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Kingston Marine Park Infrastructure Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKJ3

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)
Construction work. Excavating and earthmoving work. Construction work for highways, roads. Site-development work. Marine construction works. The HCA have been working towards to development of the Kingston Marine Park, East Cowes, Isle of Wight. The site is currently greenfield and borders the River Medina. Planning permission has been granted for the development of the site. The scope of works shall comprise the following (NB this is not an exhaustive list):
- All aspects of outstanding planning requirements at the time of appointment, including discharge upon completion.
- All aspects of Party Wall constraints, liaisons and adjacent notices (if any).
- Disconnection and diversion of all services as necessary to facilitate the construction works.
- Undertake any necessary pre-construction surveys.
- Earthworks and soil stabilisation to meet the specified layout/ specification. Contractor responsible for appropriate engineering construction. Importation and removal of material (if any) onto and off site as required to meet required construction levels.
- Construction of retaining structures to meet the specified layout/ specification. These include piled, reinforced earthwork, reinforced blockwork & reinforced concrete retaining structures. Contractor responsible for appropriate detailed engineering design and construction.
- Construction of public spine road and carpark to meet the specified layout/ specification. Contractor responsible for appropriate detailed engineering design and construction.
- Construction of piled 200 tonne reinforced concrete boat hoist with associated reinforced concrete apron, pontoons and boat washdown facility to meet the specified layout/ specification. Foreshore dredging works are required for installation of the hoist marine access. Contractor responsible for appropriate detailed engineering design and construction.
- Construction and installation of new statutory utility supplied. Including Electrical, Gas, Potable Water, Telecom and Foul Water supplies. Includes construction of surface water network (including subsoil drainage) and outfalls into the River Medina. Contractor responsible for appropriate detailed engineering design and construction.
- Foreshore and ecological works to meet the specified layout/ specification (including lagoon worm translocation. Contractor responsible for appropriate detailed engineering design and construction.
- All required approvals with Statutory Authorities as or if required.
- Erection of new fencing around the site to conform with contract specifications.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45112000, 45233100, 45111291, 45244000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Phase 1 infrastructre construction works:
Phase 1 infrastructure works includes the development of a 6.84Ha greenfield site into several developed serviced plots for final marine industrial usage.
Contract duration is anticipated to be approximately 11 months with a construction commencement date of early October 2013 with completion anticipated to be approximately early August 2014. Final contract duration and any extensions are to be agreed.
Estimated value excluding VAT:
Range: between 4 000 000 and 4 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 11 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to PQQ and MOI.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to PQQ and MOI.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
n/a
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The works will be undertaken on a Design and Build basis in Accordance with NEC3 Engineering and Construction Contract (with standard HCA clause amendments).
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to PQQ and MOI.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to PQQ and MOI.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Refer to PQQ and MOI.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
HCAE13096.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
30.5.2013 - 12:00
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
All discussions, meetings and communications will be conducted in English.
The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.
This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.
Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 ("The Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.

The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visiting http://www.homesandcommunities.co.uk/ethical-policies for further information.

All dates included in this notice are provisional and potentially subject to revision.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=58393862

GO Reference: GO-2013429-PRO-4767713
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Homes and Communities Agency
St Georges House
NE11 0NA Gateshead
UNITED KINGDOM
Telephone: +44 3001234500

Body responsible for mediation procedures

Homes and Communities Agency
St Georges House, Kingsway, Team Valley Trading Estate
NE11 0NA Gateshead
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to consider the decision and highlight any errors in the award process. Such appeals should be addressed to the contact in I.1). If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations 2006 (SI 2006 No. 5) and any amendments thereon provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority to enable suspension of award proceedings.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Homes and Communities Agency
St Georges House
NE11 0NA Gateshead
UNITED KINGDOM
Telephone: +44 3001234500

VI.5)Date of dispatch of this notice:
29.4.2013