Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Transport for Greater Manchester
Postal address: 2 Piccadilly Place
Town: Manchester
Postal code: M1 3BG
Country: United Kingdom
For the attention of: Mr Bryn Jones
E-mail: procurement@tfgm.com
Telephone: +44 1612441782
Internet address(es):
General address of the contracting authority: http://www.tfgm.com
Electronic access to information: http://procontract.due-north.com/register
Electronic submission of tenders and requests to participate: http://procontract.due-north.com/register
Further information can be obtained from:
Official name: ProContract e-Tendering Tool, Must use ProContract at URL: http://procontract.due-north.com/register
Town: Manchester
Postal code: N/A
Country: United Kingdom
Contact person: See URL listed below
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: ProContract e-Tendering Tool, Must use ProContract at URL:http://procontract.due-north.com/register
Town: Manchester
Postal code: N/A
Country: United Kingdom
Contact person: See URL listed below
Tenders or requests to participate must be sent to:
Official name: ProContract e-Tendering Tool, Must use ProContract at URL: http://procontract.due-north.com/register
Town: Manchester
Postal code: N/A
Country: United Kingdom
Contact person: See URL listed below
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityGeneral public services
Other: provision of public transport
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Tameside Interchange — Design and Construct.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
NUTS code
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)
Design and construction of Tameside Interchange, Ashton-under-Lyne, Greater Manchester.
II.1.6)Common procurement vocabulary (CPV)45000000 Construction work, 45213300 Buildings associated with transport, 45213311 Bus station construction work, 45213315 Bus-stop shelter construction work, 45213350 Construction work for buildings relating to various means of transport, 45220000 Engineering works and construction works, 50710000 Repair and maintenance services of electrical and mechanical building installations, 71200000 Architectural and related services, 71300000 Engineering services, 71400000 Urban planning and landscape architectural services, 71500000 Construction-related services, 45300000 Building installation work
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Design and construction of Tameside Interchange, Ashton-under-Lyne, Greater Manchester.
Estimated value excluding VAT: 15 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The provision of reactive maintenance cover for the 12 month period beyond completion of the works.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 18 (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:
Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire and/or accompanying Invitation to Tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire and/or accompanying Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire and/or accompanying Invitation to Tender documentation.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire and/or accompanying Invitation to Tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire documentation.
Minimum level(s) of standards possibly required: Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire documentation.
Minimum level(s) of standards possibly required:
Transport for Greater Manchester's requirements are set out in the Pre-Qualification Questionnaire documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 4: and maximum number 5
Objective criteria for choosing the limited number of candidates: Transport for Greater Manchester's criteria are set out in the Pre-Qualification Questionnaire documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
1388
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate23.6.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates18.7.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The Pre-Qualification Questionnaire and full Invitation to Tender documentation is available at https://procontract.due-north.com/register The completed Pre-Qualification Questionnaire response must be submitted electronically in the form specified via the ProContract eTendering portal by the time and date specified above. Transport for Greater Manchester (TfGM) reserves the right to disqualify responses that do not satisfy the above requirements.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: Transport for Greater Manchester
Postal address: 2 Piccadilly Place
Town: Manchester
Postal code: M1 3BG
Country: United Kingdom
Telephone: +44 1612441693
Internet address: www.tfgm.com
VI.5)Date of dispatch of this notice:25.5.2016