Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue
Southend on Sea
SS2 6ER
UK
Telephone: +44 1702215000
E-mail: procurementops@southend.gov.uk
NUTS: UKH31
Internet address(es)
Main address: http://www.southend.gov.uk/
Address of the buyer profile: http://www.southend.gov.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=8a590124-3620-ec11-810e-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=8a590124-3620-ec11-810e-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Project 1738 - Anchor Bay Project Phase 3 and 4 and Associated Structural Works on Southend Pier
Reference number: DN569666
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
Southend Borough Council is seeking a suitably qualified specialist company to carry out the replacement of Southend Pier Anchor Bay Phases 3 and 4 and associated structural works. Works are planned to include, where deemed necessary, the replacement of deck boards, transverse deck beams, longitudinal beams, pile caps, bracing, rails and associated connections, clamps etc. to reinstate the designed structural performance of the pier with modern loading conditions.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45212350
45223210
45241300
45244000
II.2.3) Place of performance
NUTS code:
UKH31
II.2.4) Description of the procurement
Southend Borough Council are seeking a suitably qualified specialist company to carry out the replacement of Southend Pier Anchor Bay Phases 3 and 4 and Associated Structural Repairs. Works are planned to include, where deemed necessary, the replacement of deck boards, transverse deck beams, longitudinal beams, pile caps, bracing, rails and associated connections, clamps etc. to reinstate the designed structural performance of the pier with modern loading conditions.
The overall value of the works (GBP) applies to the value to be taken into consideration of all the maximum estimated values, net of VAT, of the Replacement Southend Pier Anchor Bays Phases 3 and 4 and the estimated un-identified associated steel structural repairs.
The contract period for Anchor Bay 3 is anticipated to be 8 months, Anchor Bay 4 is anticipated to be 10 months and the associated structural repairs are yet to be identified but are anticipated to be carried out over an additional period of 10 months.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Questions
/ Weighting: 40%
Price
/ Weighting:
60%
II.2.6) Estimated value
Value excluding VAT:
4 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 28
This contract is subject to renewal: Yes
Description of renewals:
Possible extensions at the Council's sole discretion for a further period of 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The estimated range of the contract value over the term of this contract will be between 2,000,000.00 GBP (minimum) and 4,000,000.00 GBP (maximum). However, the Contracting Authority gives no undertaking, guarantee, promise or representation in respect of the total value of works under the contract.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
This procurement process will be conducted electronically via the Council's e-tender facility Procontract: https://procontract.due-north.com/
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
List and brief description of conditions:
1. All welding works to be carried out by 'Coded Welders; throughout the duration of the contract.
2. All rope access requirements will include at least 1 no. IRATA Level 3 qualified person on site and all others to be at least IRATA Level 2 qualified for the duration of the contract.
3. All scaffolding works to be carried out by CISRS Advanced Scaffolders (or equivalent) for the duration of the contract.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Before any tenderer is awarded the Contract, the Contracting Authority will require evidence as outlined in Regulation 58(8)(a), (16) and (18) - Economic and Financial Standing and Regulation 60 Means of proof. The qualification criteria include a requirement for tenderers to demonstrate that they have a minimum financial turnover of 2,000,000 GBP per annum
III.1.3) Technical and professional ability
List and brief description of selection criteria:
The Council will be using the CCS Standard Selection Questionnaire (with PAS91 updates) as well as contract-specific requirements as minimum levels of standards as outlined in the tender documents and e-tender questionnaires.
Tenderers will also be required to provide details of relevant experience (in the area of the contract) to establish that the company tendering can demonstrate the required professional ability to provide the repair and replacement of structural steelwork and cast iron structural members, can demonstrate experience of working in a marine environment and can demonstrate experience of working with English Heritage on Listed Buildings.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/11/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
29/11/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
To view this opportunity please register free of charge on the Council's e-tendering portal on the following link https://procontract.due-north.com/ and Express an Interest in this opportunity E-TENDER Project ID: DN569666, then look at My Opportunities where you will be able to find and view all the tender documents. All clarifications and responses must be submitted via this portal. The tender documents are only available from this site and are free of charge.
VI.4) Procedures for review
VI.4.1) Review body
Southend-on-Sea Borough Council
Corporate Procurement, 8th Floor, Civic Centre, Victoria Avenue
Southend-on-Sea
SS2 6ER
UK
VI.4.2) Body responsible for mediation procedures
High Court Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
28/10/2021