Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Terminal 2014 UK site: Earthworks, roadworks, associated utilities, civil engineering, technology an

  • First published: 27 February 2014
  • Last modified: 27 February 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
EUROTUNNEL
Authority ID:
AA20061
Publication date:
27 February 2014
Deadline date:
17 March 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This part of the ‘Terminal 2014’ project in the UK is located on the access road to the main UK Terminal, served by junction 11a from the M20 motorway and is adjacent to the existing freight and passenger routes to the tolls and access to the main site for customers.

Full notice text

CONTRACT NOTICE - UTILITIES

Section I: Contracting Entity

I.1)

Name, Address and Contact Point(s)


Eurotunnel

UK Terminal, Ashford Road, Kent

Folkestone

CT18 8XX

UK

Mr Keith Seddon, Mrs Tracy MacDonald

+44 1303282764 / 1303282762

keith.seddon@eurotunnel.com


www.eurotunnel.com


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Main activity or activities of the contracting entity

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity

Terminal 2014 UK site: Earthworks, roadworks, associated utilities, civil engineering, technology and toll systems.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Site or location of works, place of delivery or performance

Eurotunnel Terminal, Folkestone, UK site.


NUTS Code UKJ4

II.1.3)

This notice involves

Unchecked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Frequency of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This part of the ‘Terminal 2014’ project in the UK is located on the access road to the main UK Terminal, served by junction 11a from the M20 motorway and is adjacent to the existing freight and passenger routes to the tolls and access to the main site for customers.

II.1.6)

Common Procurement Vocabulary (CPV)

45220000
45232410
45111200
45112710
45113000
45230000
45340000
44210000
30211400
34928530
34927000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

A Description Of Project – UK site

1.0 Location:

This part of the “Terminal 2014” project in the UK is located on the access road to the main UK Terminal, served by junction 11a from the M20 motorway and is adjacent to the existing freight and passenger routes to the tolls and access to the main site for customers.

2.0 Purpose and Context

Eurotunnel has decided to re-organize and modernise the transport system to improve the flow of trucks through the tunnel running under the English channel via the freight shuttles. The primary objective for Eurotunnel is to be able to ensure the departure of 8 Shuttles per hour instead of the current 4, whilst continuing to offer the customer a transfer time of 90 minutes of motorway to motorway.

Additional freight lanes will be constructed between the Access Road and the A20 further north. Also the location of the Freight Check-in will be relocated, and an area for referrals will be constructed. This area will include a new Freight Check-in building, and parking for HGVs and staff cars. A reject route on to the A20 will be provided.

2 Tourist lanes will pass alongside the freight lanes towards the existing Check-in plaza. The Freight and Tourist Routes will be physically separated from one another between new and existing Check-in lanes.

The Terminal 2014 project is intended to:-

— Improve the flow of the freight traffic by removing a large volume from the M20 motorway queues during heavy traffic, thereby helping to resolve the recurring problem of traffic jams on the access road during peak periods

— Provide additional capacity for trucks on the access road, thereby Eurotunnel shall minimise the need for ‘operation stack’ on the M20 involving vehicles requiring access to the check-in tolls.

— Improve the Freight offering to our customers with the creation of a new toll plaza.

— Anticipate the deployment of a ‘Fast lane’ type service offering to our freight customers which may be implemented in the future. The additional freight lanes to be constructed between the access road will provide a total capacity of approx 190 HGVs pre Check-in.

This project is committed to the following operational requirements:

The project must be realized without impacting the business of Eurotunnel on the site:

3.0 Allotment:

The works contracts shall be let according to the following lots:

Lot UK01 Electrical, Water and Foul Drainage.

Lot UK02 General Works: Including Earthworks, Roadworks, Gantry.

Lot UK03 Buildings: Incl. Control Building, Canopy at Check-in, HVAC and Comms.

Lot UK04 Check-In Equipment (common lot with Eurotunnel French Terminal)

(Note: Lot UK05 Software Modifications — not the subject of this contract notice, given for information only)

A candidate can answer to one, several or all lots (excluding Lot UK05).

A candidate cannot respond to the same lot as a Principle Contractor, and as a Subcontractor.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable contracts, estimated time frame for subsequent calls for competition:

II.3)

Duration of the contract or limit for completion

 01-07-2014 01-03-2016

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Deposits and guarantees required

Bank guarantees / bonds in respect of guaranteeing contractual performance and the execution of meeting contractual obligations, as well as covering the contractual warranty period. This to be issued by an approved stable financial institution, corresponding to 5 % of the total amount of the contract. The contracts issued may also include Liquidated damages.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Conditions of payment 60 days from end of month.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Individual enterprise or if joint venture or partnership of a form acceptable to Eurotunnel

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of suppliers,contractors or service providers


1 / A statement attesting that the candidate has not filed under a bankruptcy or equivalent procedure.

2 / Declaration that the organisation has met all social and fiscal obligations (in the past 2 years).

3 / Certificate attesting to no civil or criminal convictions in the last 5 years, especially for offences relating to work regulations.

4 / Data on employee turnover and the use of directly employed labour for similar contracts.

5 / Company registration certificate.

6 / Insurance certificates and levels for similar size contracts.

7 / Details of group / subsidiary companies.

8 / Quality Certification to ISO 9001.

III.2.2)

Economic and financial capacity


— Turnover and results of the last three years.

— Turnover and results of the last three years relevant to the activities defined in this notice.

— Evidence of carrying supply chain liability for sub-contracted works and services of a similar nature.


III.2.3)

Technical capacity


— A copy of company policy for Health and Safety / Quality / Environment (Including completion of Eurotunnel questionnaires).

— Experience or references of similar contracts over the last 3 years (client list with contact details).

— Equipment and average operational staffing.

— Experience or references in the field in question.

— Organigram (organisation chart).


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Checked box No

IV.2)

Award Criteria

No

Yes
No

IV.2.2)

An electronic auction will be used

No

IV.3) Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting entity

IV.3.2)

Previous publication concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining contract document and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 17-03-2014

IV.3.5)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.6)

Minimum time frame during which the tenderer must maintain its tender 

IV.3.7)

Conditions for opening tenders




Section VI: Complementary Information

VI.1)

Indicate whether this Procurement is a Recurrent one and the estimated timing for further notices to be published

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The latest ‘Completion Date’ for this contract is 1.3.2016.

Potential candidates must prove that they have the resources and capability to deliver this contract on time, within budget, and to meet the client (employer) requirements and expectations.

Indicative volumes are provided within Annex B of this notice.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals


VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 26-02-2014

ANNEX B

Information About Lots

1     Electrical, Water and Foul Drainage

1)

Short Description

— Electricity supply;

— Ducting, pipe laying, cabling and transformers;

— The construction of ducts and pipelines using conventional and trenchless construction techniques;

— Water supply;

— Foul drainage works and connections.

2)

Common Procurement Vocabulary (CPV)

45112000
45232410
45230000
45231400

3)

Quantity or scope


4)

Indication about different contract dates

 01-07-2014 01-03-2016

5)

Additional Information about lots

ANNEX B

Information About Lots

2     General Works: Including Earthworks, Roadworks, Gantry

1)

Short Description

Earthworks:

— Vegetation Clearance works,

— Bulk excavation – 37 500 m3,

— Topsoiling – 47500 m2,

— Deposition of acceptable fill – 1 900 m3,

— Disposal off site – 28 500 m3.

Roadworks: Creation of 5 new check-In lanes + a staff access lane

— Pavement – 10 700 m2,

— Resurfacing – 12 100 m2,

— Drainage (surface water) – 2 700 m,

— Road lighting,

— Security fencing – 200 m,

— Safety barrier – 148 m.

Gantries:

— Superspan gantry – spanning 10 lanes.

2)

Common Procurement Vocabulary (CPV)

45220000
45111200
45112710
45113000
45230000
45340000

3)

Quantity or scope


4)

Indication about different contract dates

 01-07-2014 01-03-2016

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Buildings: Incl. Control Building, Canopy at Check-in, HVAC AND Comms

1)

Short Description

— Control Building – 190 m2 single storey,

— Control Room and FDIC – Fit-out, workstations, operator software,

— Including - Freight Customer Information Desk (FIDC),

— Substation – 26 m2,

— Canopy at Check-in – 25 x 12.5 m,

— Including CCTV Systems.

2)

Common Procurement Vocabulary (CPV)

45220000
44210000
45113000
30211400
34928530

3)

Quantity or scope


4)

Indication about different contract dates

 01-07-2014 01-03-2016

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Technology: Check-in Equipment (Common with Eurotunnel French Terminal)

1)

Short Description

— Check-in Equipment – kiosks for 5 lanes (RH and LH) with one lane at dual height for vans. Including PC, Touch Screen, Ticket Printer, Card Reader, Enclosure, Environmental conditioning and Data communications equipment,

— Traffic Management – Gantry mounted lane control & VMS signs. Barrier systems,

— Surveillance – OHD, Length measurement, ANPR,

— Weight and length systems.

2)

Common Procurement Vocabulary (CPV)

34927000
30211400
34923000
34928530

3)

Quantity or scope


4)

Indication about different contract dates

 01-07-2014 01-03-2016

5)

Additional Information about lots

Lot 4 is for the provision and installation of the check-in equipment on the French and UK Terminals.

Lot 4 includes the systems for dynamic weighing and systems for measuring length.


Coding

Commodity categories

ID Title Parent category
30211400 Computer configurations Mainframe computer
45231400 Construction work for electricity power lines Construction work for pipelines, communication and power lines
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45112000 Excavating and earthmoving work Building demolition and wrecking work and earthmoving work
45340000 Fencing, railing and safety equipment installation work Building installation work
45112710 Landscaping work for green areas Excavating and earthmoving work
34923000 Road traffic-control equipment Road equipment
45232410 Sewerage work Ancillary works for pipelines and cables
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45113000 Siteworks Building demolition and wrecking work and earthmoving work
34928530 Street lamps Road furniture
44210000 Structures and parts of structures Structural products
34927000 Toll equipment Road equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.