Ausschreibungen u. Aufträge: Bauarbeiten für Fernstraßen und Straßen - UK-Reading
Straßenbrücke.
Fußgängerbrücke.
Bauarbeiten für Fernstraßen und Straßen.
Bauarbeiten für Autobahnen.
Kreuzung in mehreren Ebenen.
Dokument Nr...................: 147039-2004
Veröffentlicht................: 02.09.2004
*
VERGABEBEKANNTMACHUNG
Bauauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Reading Borough Council, Att: Anthony Bolton, Transport Engineering
Manager, Civic Centre, UK-Reading RG1 7TD. Tel.: +44(0)118 939 0594. Fax:
+44(0)118 958 9770. E-mail: anthony.bolton@reading.gov.uk. URL:
www.reading.gov.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 45233100
- Y009, 45233110, 45233126, 45221111, 45221113.
Beschreibung: Bauarbeiten für Fernstraßen und Straßen. Entwurf und
Konstruktion.
Bauarbeiten für Autobahnen.
Kreuzung in mehreren Ebenen.
Straßenbrücke.
Fußgängerbrücke.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 37 Tage nach Versendung der Bekanntmachung. Uhrzeit:
16:00.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Works
This contract is covered by the Government Procurement Agreement (GPA):
Yes.
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority: Reading
Borough Council, Att: Anthony Bolton, Transport Engineering Manager,
Civic Centre, UK-Reading RG1 7TD. Tel.: +44(0)118 939 0594. Fax:
+44(0)118 958 9770. E-mail: anthony.bolton@reading.gov.uk. URL:
www.reading.gov.uk.
I.2) Address from which further information can be obtained: Peter Brett
Associates, Att: Rob Groves, Caversham Bridge House, Waterman Place,
UK-Reading RG1 8DN. Tel.: +44(0)118 952 0680. Fax: +44(0)118 959 7498.
E-mail: rgroves@pba.co.uk.
I.3) Address from which documentation may be obtained: Peter Brett
Associates, Att: Rob Groves, Caversham Bridge House, Waterman Place,
UK-Reading RG1 8DN. Tel.: +44(0)118 952 0680. Fax: +44(0)118 959 7498.
E-mail: rgroves@pba.co.uk.
I.4) Address to which tenders/requests to participate must be sent:
Peter Brett Associates, Att: Rob Groves, Caversham Bridge House, Waterman
Place, UK-Reading RG1 8DN. Tel.: +44(0)118 952 0680. Fax: +44(0)118 959
7498. E-mail: rgroves@pba.co.uk.
I.5) Type of contracting authority: Regional/local level.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.1) Type of works contract: Design and execution.
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting authority:
M4 Junction 11/Mereoak Junction Improvement Scheme.
II.1.6) Description/object of the contract: Construction of a new
four-lane gyratory, dedicated public transport routes and improved slip
roads at Junction 11 of the M4 Motorway. Works include: roads; bridge
structures; signal control junctions; sign gantries; footways; cycleways;
highway drainage; streetlighting; signs; landscaping; vehicle barriers;
and service diversions.
Construction of two 4-lane bridges carrying the new gyratory over the
existing dual 3-lane M4 motorway.
Construction of four new cycle/pedestrian bridges over the A33/new
gyratory.
Alteration of two existing M4 overbridges to provide segregated bus,
pedestrian and cycle movements across the junction.
Construction of a new HA maintenance depot and Thames Valley police
garaging/carparking.
Budget cost:
the budget cost for the above works, excluding utility charges and fees,
is 35 000 000 GBP.
Further information will be provided with the pre-qualification
questionnaire.
II.1.7) Site or location of works, place of delivery or performance:
UK-Reading, Berkshire.
NUTS code: UK521.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 45233100 - Y009,
45233110, 45233126, 45221111, 45221113.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: Yes.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: Refer to pre-qualification
questionnaire.
II.3) Duration of the contract or time limit for completion: 24 months
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: Parent Company Guarantee,
warranties and performance bond will be required.
III.1.2) Main terms of financing and payment and/or reference to the
relevant provisions: Reading Borough Council Capital Works Budget and
developer contributions. Method of payment will be indicated in tender
documents.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: Joint
and several liability. Any group will be required to nominate a lead
partner with whom the authority can contract, or form themselves into a
single entity before the contract is awarded.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum economic, financial and
technical capacity required: Company details: name, address, telephone,
fax and e-mail (if favourable) of primary contact point for this
exercise. Company Registration Number and Date of Registration. Name and
address of trading office and status (private or public company). The
company structure including name of any parent/holding company (detailing
the relationship and parent companies percentage holding) either
subsidiaries within the Group and of any subcontractors that may be
proposed.
III.2.1.1) Legal position - means of proof required: Not applicable.
III.2.1.2) Economic and financial capacity - means of proof required:
Certified audited accounts in statutory form, including audit
certificates and any explanatory notes, for the past three years for
which published accounts are available. Accounts must include a full
profit and loss account and balance sheet that must be for the company
applying (unless a parent-company guarantee is supplied). If the balance
sheet is more than nine months old, a statement, signed by the Financial
Director, must be included which details any significant changes in the
company"s financial position.
III.2.1.3) Technical capacity - means of proof required: 1. Number and
names of clients (including contact details for at least 3 different
contracts some of which may be taken up as references) to whom similar
services have been provided in the past three years. Full details are
required of Public Sector contracts won or lost during the last three
years. If contracts have been lost please provide feedback as to why.
2. Details of the company"s average annual manpower and turnover of staff
for the past 3 years: this should be broken down between staff turnover
on commissions and on the company"s own premises.
3. Please supply information as requested on the pre-qualification
questionnaire, available by request from the address listed in I.2).
SECTION IV: PROCEDURE
IV.1) Type of procedure: Restricted.
IV.1.1) Candidates already selected: No.
IV.1.2) Justification for the choice of accelerated procedure: Not
applicable.
IV.1.3) Previous publication concerning the same contract
IV.1.3.1) Prior information notice concerning the same contract: Notice
number in OJ contents list: 2002/S 164-131929 - Of: 24.8.2002.
IV.1.4) Envisaged number of suppliers which will be invited to tender:
Minimum: 5 - Maximum: 6.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.2) Conditions for obtaining contract document and additional
documents: Terms and method of payment: Not applicable.
IV.3.3) Time-limit for receipt of tenders or requests to participate: 37
days from dispatch of notice. Time: 16:00.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Estimated date: 8.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.7) Conditions for opening tenders
IV.3.7.2) Date, time and place: Not known.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: The contract shall be considered a
contract made in England and shall be governed by, and construed in
accordance with the provisions of English Law.
VI.5) Date of dispatch of this notice: 27.8.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de