Legal Basis:
Directive 2014/24/EUSection I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from another address:
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityOther type: Railway operator
I.5)Main activityOther activity: Public Transport
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Basingstoke New Depot Works
II.1.2)Main CPV code45234112
II.1.3)Type of contractWorks
II.1.4)Short description:
As part of the Department for Transport HLOS scheme, plans have been developed to increase rolling stock numbers which will consequently increase maintenance activities and berthing requirements. 1 of the locations for increased berthing is Basingstoke CE Downside Sidings where siding extensions are planned.
The Down Siding is to be provided with an additional 12 car length siding and a CET facility adjacent to the current siding. There are a number of redundant former sidings in the vicinity of the siding upgrade works, previously part of Basingstoke Down Yard and a long closed line from Basingstoke to Alton.
This Notice is aimed at the Principal Works Contractors only, capable of delivering the total package of works. Others need not apply. At this stage only “Expressions of Interest” are invited via email to anil.kukreja@gwr.com
No other info is required to be submitted at this stage.
Please note that no information is available on the listed web address in this Notice.
II.1.5)Estimated total valueValue excluding VAT: 4 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKI33
Main site or place of performance:
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 4 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 6
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 03/10/2018
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 05/11/2018
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyFirst MTR South Western Trains Limited
London
NW1 5DH
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:13/09/2018