Deconstructing starts Birmingham New Street redevelopment

The first moves in the redevelopment of Birmingham New Street station have been revealed with a tender for the deconstruction of part of the multi-storey car park above New Street Station and the Pallasades Shopping Centre. The deconstruction is for a concrete slab 300mm thick 6000m 2 and associated removal of supporting concrete beams and facade associated with it.

The tender is reproduced below from the Supplement to the Official Journal of the European Union.

UK-Birmingham: demolition, site preparation and clearance work

2009/S 50-072671

CONTRACT NOTICE – UTILITIES

Works

SECTION I: CONTRACTING ENTITY

I.1)
NAME, ADDRESSES AND CONTACT POINT(S):

Network Rail Infrastructure Ltd, Alpha Tower (Floor 2), Suffolk St Queensway, Contact: Birmingham Gateway Project, Attn: Ian Robinson, UK-Birmingham B1 1TT. Tel. +44 1216542316. E-mail: Ian.robinson@networkrail.co.uk.

Internet address(es):

General address of the contracting entity: www.Networkrail.co.uk.

Address of the buyer profile: www.newstreetnewstart.co.uk.

Further information can be obtained at: As in above-mentioned contact point(s).

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s).

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s).

I.2)
MAIN ACTIVITY OR ACTIVITIES OF THE CONTRACTING ENTITY:

Railway services.

SECTION II: OBJECT OF THE CONTRACT

II.1)
DESCRIPTION

II.1.1)
Title attributed to the contract by the contracting entity:

Deconstruction of reinforced concrete multi-storey car park at Birmingham New Street Railway Station.

II.1.2)
Type of contract and location of works, place of delivery or of performance:

Works.
Execution.
Main site or location of works: Birmingham, West Midlands.

NUTS code: UKG31 .

II.1.3)
The notice involves:

A public contract.

II.1.4)
Information on framework agreement:

II.1.5)
Short description of the contract or purchase(s):

Deconstruction of a reinforced concrete car park at Birmingham New Street Station in the centre of Birmingham. The package includes removal of mechanical and electrical components and non-structural elements such as lifts, escalators and offices.

II.1.6)
Common procurement vocabulary (CPV):

45111000.

II.1.7)
Contract covered by the Government Procurement Agreement (GPA):

No.

II.1.8)
Division into lots:

No.

II.1.9)
Variants will be accepted:

No.

II.2)
QUANTITY OR SCOPE OF THE CONTRACT

II.2.1)
Total quantity or scope:

Network Rail wishes to procure a Trade Contractor for the de-construction of a reinforced concrete car park in connection with the reconstruction/redevelopment of Birmingham New Street Station.
The work package includes extensive de-construction of a car park level slab which is over an operational railway station interchange;

i) De-construction of and removal from site of concrete slab in multi storey car park 300mm thick slab circa 6000m 2 of area, and removal of all associated supporting concrete beams and elements of concrete facade associated with this.

ii) De-commissioning, de-construction and removal from site of mechanical and electrical components attached to the slab and above the slab to be removed
iii) Removal of topping to concourse level car park and retained car park slab at mezzanine level
iv) De-construction and removal from site of non structural items such as escalators, core stairs, metal and timber doors, lifts and office accommodation
v) Provision of traffic management, 24 hour security, hoardings, office, welfare and canteen accommodation and facilities (and regular routine cleaning of these) to suit the duration of the works
vi) Noise, dust and vibration and movement survey to suit the de-construction works
vii) Ensure that the works are carried out in line with Network Rail standards and expectations and that all operations exceed the relevant Health and Safety legislation applicable to de-construction works and working in/around an operational railway station interchange.
Estimated value excluding VAT:
Range: between 1 750 000 and 2 750 000 GBP.

II.2.2)
Options:

No.

II.3)
DURATION OF THE CONTRACT OR TIME LIMIT FOR COMPLETION:

Duration in months: 8 (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:

A Parent Company Guarantee will be required (if applicable).

III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:

Stage payment as work progresses, in accordance with contract terms agreed between the Contracting Entity and the Economic Operator to whom the contract is awarded.

III.1.3)
Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded:

Joint and several liability would be required.

III.1.4)
Other particular conditions to which the performance of the contract is subject:

No.

III.2)
CONDITIONS FOR PARTICIPATION

III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

Information and formalities necessary for evaluating if requirements are met: A Pre-qualification Questionaire setting out the Contracting Entity's requirements is available from the address and contact details set out in Section 1.1.
Interested Economic Operators who believe they satisfy the conditions for particpation included in III.2 must inform Network Rail that they wish to be considered for the contract, and subsequently complete and return the Pre-Qualification Questionaire.

III.2.2)
Economic and financial capacity:

A Pre-qualification Questionaire setting out the Contracting Entity's requirements is available from the address and contact details set out in Section 1.1.
A Financial Report on potential tenderers will be arranged as part of the procurement process.

III.2.3)
Technical capacity:

Information and formalities necessary for evaluating if requirements are met: A Pre-qualification Questionaire setting out the Contracting Entity's requirements is available from the address and contact details set out in Section 1.1.
Economic Operators, in order to be considered for the contract, will be required to prove their capability to deliver the contract scope in accordance with industry best practice.

III.2.4)
Reserved contracts:

No.

III.3)
CONDITIONS SPECIFIC TO SERVICES CONTRACTS

III.3.1)
Execution of the service is reservedto a particular profession:

No.

III.3.2)
Legal 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 procedure:

Negotiated
Candidates have already been selected: no.

IV.2)
AWARD CRITERIA

IV.2.1)
Award criteria:

The most economically advantageous tender in terms of the criteria stated below
1. Commercial. Weighting: 65 %.
2. Technical. Weighting: 30 %.
3. Behavioural. Weighting: 5 %.

IV.2.2)
An electronic auction will be used:

No.

IV.3)
ADMINISTRATIVE INFORMATION

IV.3.1)
File reference number attributed by the contracting entity:

Package Number 2005.

IV.3.2)
Previous publication concerning the same contract:

No.

IV.3.3)
Conditions for obtaining specifications and additional documents:

Payable documents: no.

IV.3.4)
Time limit for receipt of tenders or requests to participate:

6.4.2009.

IV.3.5)
Language(s) in which tenders or requests to participate may be drawn up:

English.

IV.3.6)
Minimum time frame during which the tenderer must maintain the tender:

IV.3.7)
Conditions for opening tenders:

Persons authorised to be present at the opening of tenders: no.

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)
THIS IS A RECURRENT PROCUREMENT:

No.

VI.2)
CONTRACT(S) RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY COMMUNITY FUNDS:

No.

VI.3)
ADDITIONAL INFORMATION:

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 obtained:

VI.5)
DATE OF DISPATCH OF THIS NOTICE:

11.3.2009.
http://ted.europa.eu/Exec?DataFlow=N_list_results.dfl&Template=TED/N_result_details_curr.htm&Page=1&docnumber=2009072671&StatLang=EN

Comments

Popular Posts