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

Lands End Airport Runways Project.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Council of the Isles of Scilly
Town Hall, Hugh Town, ST Mary's Isles of Scilly
Contact point(s): Council of the Isles of Scilly
For the attention of: Sean Parsons
TR210LW Hugh Town
UNITED KINGDOM
Telephone: +44 1720424801
E-mail:
Fax: +44 1720424017

Internet address(es):

General address of the contracting authority: http://www.scilly.gov.uk

Electronic access to information: http://www.scilly.gov.uk/procurement/contractop.htm

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:
Lands End Airport Runways Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Lands End Airport, St Just, Penzance, TR19 7RL.

NUTS code UKK30

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)
The project is seeking to harden the grass runways (runways 07/25 and 16/34) at Lands End Aerodrome along their full length to a width of 18m. Surface water drainage will need to be installed with appropriate seperators/attenuation prior to discharge to soakaways/water courses. Remedial works to the existing drainage will be required on runway 16/34 at both ends. Earthworks will be required to safeguard the 75 m strip at the 34 end of runway 16/34. The contractor will also be required to procure a manual mu-meter and procure and install appropriate aviation ground lighting (AGL). Additionally, there will be extensions to the apron and associated drainage, improvements to taxiways and a new control system.

This project has been previously tendered under OJEU reference number 2013/S 155-269713. This re-issued tender contains changes to the scope of the project and therefore contractors should not refer to any previously issued documents or drawings.

II.1.6)Common procurement vocabulary (CPV)

45235200, 45235210, 45235000, 34997210, 34995000, 34997000, 34997200

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:
The project is seeking to harden the grass runways (runways 07/25 and 16/34) at Lands End Aerodrome along their full length to a width of 18m. Surface water drainage will need to be installed with appropriate seperators/attenuation prior to discharge to soakaways/water courses. Remedial works to the existing drainage will be required on runway 16/34 at both ends. Earthworks will be required to safeguard the 75 m strip at the 34 end of runway 16/34. The contractor will also be required to procure a manual mu-meter and procure and install appropriate aviation ground lighting (AGL). Additionally, there will be extensions to the apron and associated drainage, improvements to taxiways and a new control system.

This project has been previously tendered under OJEU reference number 2013/S 155-269713. This re-issued tender contains changes to the scope of the project and therefore contractors should not refer to any previously issued documents or drawings.

Estimated value excluding VAT:
Range: between 1 500 000 and 2 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 27.1.2014. Completion 18.5.2014

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantee (where applicable) and/or Performance Bond.
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
The performance of the contract is subject to particular conditions: no
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: Contractors are required to be eligible to compete for the works in accordance with the provisions set out in Regulation 23 of the Public Contract Regulations 2006.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The tenderer must be able to demonstrate that they are in a sufficiently sound financial position to undertake a project of this size. Tenderers will be required to provide a response to Section 4 Part B of the ITT Schedules and include the associated documents and/or attachments to demonstrate their financial position. The Council may also undertake independant financial checks through an appropriate credit reference agency or equivalent.
Minimum level(s) of standards possibly required: A minimum turnover of 2 000 000 GBP for the last 2 years must be demonstrate by the information requested in the ITT schedules or through the credit reference agency checks.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Regulation 25 of the Public Contract Regulations 2006 the contractor must provide a list of works carried out over the past 5 years together with certificates of satisfactory completion for the most important of those works indicating in each case:
1) the value of the project,
2) when and where the work or works were carried out; and
3) specifying whether the works were carried out according to the rules of the trade or profession and properly completed.
Minimum level(s) of standards possibly required:
The contractor must provide evidence of at least 3 similar airport contracts in the last 5 years and a list of people whom references could be requested.
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
Open
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:
IOS SIF 022
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2013/S 155-269713 of 10.8.2013

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.1.2014 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.1.2014 - 14:00
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.1.2014 - 15:00

Place:

Council of the Isles of Scilly, Town Hall, St Mary's, Isles of Scilly, TR21 0LW

Persons authorised to be present at the opening of tenders: no

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: yes
Reference to project(s) and/or programme(s): The contract relates to the Isles of Scilly Airport Project which is part funded by the EU ERDF Convergence Programme for Cornwall and the Isles of Scilly 2007-2013.
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Council of the Isles of Scilly
Council of the Isles of Scilly, Town Hall, St Mary's, Isles of Scilly
TR21 0LW Hugh Town
UNITED KINGDOM
E-mail:
Telephone: +44 1720424000
Internet address: http://www.scilly.gov.uk
Fax: +44 1720424017

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:
15.11.2013