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

Leicester Haymarket Bus Station Redevelopment.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Leicester City Council
Transport Strategy, Major Schemes, Block A, 6th Floor New Walk Centre, Welford Place
For the attention of: Kanji Chudasama - Contracts Engineer
LE1 6ZG Leicester
UNITED KINGDOM
Telephone: +44 1162528946
E-mail:

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 authority
Regional or local authority
I.3)Main activity
General public services
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:
Leicester Haymarket Bus Station Redevelopment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

NUTS code UKF21

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)
Bus station construction work. Bus-stop shelter construction work. Site preparation work. Works for complete or part construction and civil engineering work. Building installation work. Architectural, construction, engineering and inspection services. Landscaping work for green areas. Landscaping work for roads and motorways. Construction work for highways, roads. Construction work for gas pipelines. Construction work for water and sewage pipelines. Construction and ancillary works for telephone and communication lines. Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork. General construction work for pipelines. Construction works for power plants and heating plants. Site-development work. Landscaping work. Engineering works and construction works. Highway materials. Construction, foundation and surface works for highways, roads. Construction work for highways. Surface work for highways. Foundation work for highways, roads, streets and footpaths. Foundation work for highways. Road junction construction work. Lighting equipment and electric lamps. Street-lighting equipment. Street-lighting columns. Installation of road lighting equipment. Commissioning of public lighting installations. Road traffic-control equipment. Illuminated traffic signs. Traffic lights. Installation of traffic monitoring equipment. Installation of traffic lights. Installation of traffic guidance equipment. Paving materials. Paving slabs. Paving stones. Laying of paving. Installation of street furniture. Cycle path construction work. Bus shelters. Horticultural services. Landscaping work for playgrounds. Signage. Road markings. Glass beads for road marking. Road furniture. Road barriers. Road cones. Road signs. Road lights. Control, safety or signalling equipment for roads. Road-construction materials. Roadstone. Coated road materials. Coated roadstone. Road-surfacing materials. Covered or partially covered road excavations. Main road construction works. Erection of road-barriers. Installation of road signs. Installation of road signals. Foundation work for roads. Installation of illuminated road signs. Seats, chairs and related products, and associated parts. Seats. Bench seats. Seat sticks. Lavatory seats, covers, bowls and cisterns. Crash barriers. Barrier components. Safety barriers. Closed-circuit television apparatus. Closed-circuit television cameras. Closed-circuit surveillance system. Ancillary works for broadcasting. Structural steelworks. Structural steel erection work. Structural steel erection work for buildings. Structural steel erection work for structures. Rooflights. Roof. Roof frames. Roof supports. Roof trusses. Roofing materials. Roof works and other special trade construction works. Erection and related works of roof frames and coverings. Roof-framing work. Roof-covering and roof-painting work. Roof-covering work. Roof-tiling work. Metal roof-covering work. Bituminous roof-covering work. Roof-painting work. Roof insulation work. Foundation work. Leicester City Council (LCC) wishes to appoint a Civil Engineering Contractor to construct the new Haymarket bus station with concourse, junction improvements and associated work. A lead designer has already been commissioned by the City Council.
The construction work is expected to commence in January 2014 and be complete by April 2015. The works relate to the construction of a new bus station with concourse, associated bus apron and public realm, the remodelling of a key junction, new and improved carriageway and footpaths, all situated in the heart of Leicester City Centre.
These works will comprise of the following:
a. Removal and disposal of current surfacing and sub-base materials as necessary
b. Re-profiling of carriageway and footways
c. Construction of appropriate road sub-bases
d. Construction of hard standing apron area
e. Installation of ducting
f. Installation of power supply points
g. Installation of street lighting infrastructure
h. Installation of traffic signal equipment and carriageway loop detectors
i. Laying of granite and reconstituted paving materials
j. Installation of street furniture and screens
k. Installation of cycle shelter/accommodation
l. Installation of cycle lanes
m. Planting of trees and shrubs
n. Installation of children's play area
o. Installation of road signage
p. Renewal of asphalt and macadam surfaces
q. Laying of kerbs
r. Laying of road markings
s. Reconstruction of carriageways
t. Road junction improvement with new traffic signals
u. Removal of existing roundabout and replacement with traffic signal controlled junction
v. Liaising with Utility companies in accommodating the diversion works
w. Construction of a high quality fully enclosed bus concourse with automatic door access to all bus stands, internal finishes, seating, signage, associated passenger information, CCTV systems, ancillary accommodation and site perimeter barrier treatment
x. Reuse and recycling of surplus and waste material
y. Maintaining the existing bus-station in use, including temporary relocation of bus stops off-site.
In order to avoid any dispute regarding the CPV Codes that have been chosen, the Contractor will be expected to procure and install the specified equipment and to dispose of any arisings responsibly and in accordance with the legislation of the time.
II.1.6)Common procurement vocabulary (CPV)

45213311, 45213315, 45100000, 45200000, 45300000, 71000000, 45112710, 45112730, 45233100, 45231220, 45231300, 45232300, 45230000, 45231100, 45251000, 45111291, 45112700, 45220000, 34929000, 45233000, 45233130, 45233210, 45233300, 45233310, 45233125, 31500000, 34928500, 34928510, 45316110, 50232110, 34923000, 34992100, 34996100, 45316210, 45316212, 45316213, 44113100, 44113120, 44113130, 45432112, 45233293, 45233162, 44212321, 77300000, 45112723, 34928470, 34922100, 34922110, 34928000, 34928110, 34928460, 34992200, 34993000, 34996000, 44113000, 44113140, 44113310, 44113320, 44113800, 45221214, 45233121, 45233280, 45233290, 45233294, 45233320, 45316211, 39110000, 39111000, 39113300, 39295300, 44411700, 34928100, 34928120, 34928300, 32231000, 32234000, 32235000, 45232331, 45223210, 45262400, 45262410, 45262420, 31518300, 44112400, 44112410, 44112420, 44112430, 44112500, 45260000, 45261000, 45261100, 45261200, 45261210, 45261211, 45261213, 45261214, 45261221, 45261410, 45262210

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
These works will take place in a major city centre within a key retail area with a large number of pedestrians. The works are estimated to cost in the range of £8,000,000 to £9,000,000.
Anticipated commencement of the contract is January 2014 and completion date approximately April 2015.

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/S8JQ569N79

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email .

II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The provision of appropriate guarantees, bonds and warranties is reserved.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
AS PER THE CONTRACT DOCUMENTATION.
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
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:
IV.3.2)Previous publication(s) concerning the same contract
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
28.6.2013 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
16.9.2013
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
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=61195168

GO Reference: GO-2013522-PRO-4822313
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:
22.5.2013