Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 166-298515/EN)
Nature of contract: Public works contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Chelmsford City Council
Postal address: Civic Centre, Duke Street
Town: Chelmsford
Postal code: CM1 1JE
Country: United Kingdom
Contact Person: Procurement
Telephone: +44 1245606606
Email: procurement@chelmsford.gov.uk
Nuts code: UKH3
Internet address(es):
Main address: www.chelmsford.gov.uk
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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: Riverside Ice & Leisure Centre — Redevelopment of Leisure Centre.
Reference number: 2016/CL/RBITT
II.1.2) Main CPV code: 45212000
II.1.3) Type of contract: Works
II.1.4) Short Description: Pre-construction Services in connection with the redevelopment of Riverside Ice & Leisure Centre. The total value shown below is the fixed budget for preconstruction and construction elements of this opportunity.
The contracting authority is seeking to appoint a single contractor to provide pre-construction services, and who may undertake the redevelopment works to Riverside Ice & Leisure Centre at Victoria Road, Chelmsford. The redevelopment works are described within the ITT documents and in summary comprise the construction of a leisure centre with swimming pools and external works, remodelling of existing ice rink and associated area, and demolition of existing leisure centre. Continued under section II.2.4).
II.1.5) Estimated total value:
Value excluding VAT: 20000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKH3
Main site or place of performance:
Essex.
II.2.4) Description of the procurement:
Additional Description Notes:
The pre-construction services shall be subject to the terms of the Pre-Construction Agreement included in the ITT documents, and any subsequent contract for the construction and demolition work shall be substantially in accordance with the terms of the Works contract included in the ITT documents.
For the avoidance of doubt, this procurement exercise covers both the Pre-Services and the Works.
The successful tenderer will be required to work collaboratively and proactively with the contracting authority, its design team and the project manager to work up the ‘Employer’s Requirements’ (including the specification) the Contractor’s Proposals (including the CDP Analysis), the Contract Drawings and the Priced Document to arrive at the fixed Contract Sum that does not exceed the contracting authority’s budget for the works of 20 000 000 GBP. The contracting authority shall have absolute discretion whether or not to proceed with the Works with or without the contractor appointed to provide the pre-construction services.
This requirement is not split into lots: the need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the project.
The contracting authority reserves the right (but does not guarantee or give any undertaking) to appoint the second placed contractor as a reserve contractor and to hold the status for 180 days. Further details are described within the ITT documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2016-10-31End: 2019-01-25
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 variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The contracting authority reserves the right to appoint the second placed contractor as a reserve contractor and to hold the status for 180 days. Further details are described within the ITT documents.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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:As detailed in the ITT documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria: As detailed in the ITT documents.
Minimum level(s) of standards possibly required: The contracting authority does not consider an organisation with an average annual turnover the past 2 years of less than 40 000 000 GBP to have the financial standing required for this project. The contracting authority will commission an independent third party credit report from Experian within 7 calendar days of the tender closing date, using the Company Registration number supplied. Any Applicant who does not meet the contracting authority’s minimum threshold of a Commercial Delphi Score of 50 out of 100 may have the tender submission regarded as a ‘fail’ and may not be considered further. Further details and other selection criteria are shown within the ITT documents.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: Contractors may be required to participate in the achievements of social or environmental policy objectives relating to recruitment, training, and supply chain initiatives. Accordingly contract performance conditions may relate to social and environmental considerations.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
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
Notice number in the OJ S:2016/S 115-204062
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-09-27 Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2016-09-27 Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
GO Reference: GO-2016825-PRO-8690732.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Chelmsford City Council
Town: Chelmsford
Country: United Kingdom
VI.5) Date of dispatch of this notice:2016-08-25