Appointment of Design and Build Contractor Chatham
1. Medway Council (the Contracting Authority) seeks to appoint a Design and Build Contractor for the phase 1 construction of a new SEN School to replace existing Abbey Court buildings.
United Kingdom-Chatham: Construction work
2015/S 038-064311
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Medway Council
Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
Internet address(es):
Electronic access to information: www.kentbusinessportal.org.uk
Electronic submission of tenders and requests to participate: www.kentbusinessportal.org.uk
Further information can be obtained from: Medway Council
Medway Council, Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Medway Council
Medway Council, Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
Tenders or requests to participate must be sent to: Medway Council
Medway Council, Gun Wharf, Dock Road
For the attention of: Mrs Janet Elliott
ME4 4TR Chatham
UNITED KINGDOM
Telephone: +44 1634331023
E-mail: janet.elliott@medway.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
NUTS code UKJ41
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The new Abbey Court School is sited on what was previously the Temple Secondary School campus sited at Cliffe Road. The overall site includes for the existing playing fields with an area of 31 800 m2. The area to be developed in terms of the school footprint, external areas and staff parking is 27 676 m2.
II.1.6)Common procurement vocabulary (CPV)
45000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Budget of 9 700 000 GBP includes an allowance of 900 000 GBP for loose FF + E.
Estimated value excluding VAT:
Range: between 9 000 000 and 9 700 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The contractor will be required to provide suitable locally sourced apprenticeships for the duration of the contract; approximately 1 apprentice per 1 000 000 GBP contract value.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: All Applicants must complete the financial questions set out in the pre-qualification questionnaire. Financial standing must be relevant to the anticipated contract value and will be determined by the Contracting Authority based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary. Further information and details of which EN Standard form 02 — Contract notice 7 / 16 can found in the pre-qualification documentation.
III.2.3)Technical capacity
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification documents.
Minimum level(s) of standards possibly required:
Details will be set out in the pre-qualification questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: