Building Works Tender Widnes
Sci-Tech Daresbury Techspace Build and Site Connectivity Project.
United Kingdom-Widnes: Building construction work
2014/S 066-112016
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Halton Borough Council
Municipal Buildings, Kingsway
Contact point(s): Procurement Division
For the attention of: Graeme Halbert
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 3033334300
Internet address(es):
General address of the contracting authority: www.halton.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1966
Electronic access to information: www.the-chest.org
Electronic submission of tenders and requests to participate: www.the-chest.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Halton Borough Council
UNITED KINGDOM
Internet address: www.the-chest.org
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Daresbury Joint Venture Partnership
Langtree Developments PLC
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: Daresbury Borough of Halton UK.
NUTS code UKD21
The contract consists of 3 Lots as outlined in this notice. Lots 1 and 2 are part funded by the Regional Growth Fund this funding has been secured. Lot 3 (the office accommodation facility build) of this project is reliant on Grant Funding from the European Regional Development Fund. Funding has been applied for but not yet confirmed, however confirmation is expected during the tender period.
Tenderers should note that in the event of funding being refused this aspect of the project will be cancelled resulting in Lot 3 not being awarded. In the event of cancellation the contracting authorities do not accept any liability for any abortive costs incurred by tenderers, which shall include but not be limited to any costs incurred in the preparation of their tenders.
The overall project is a Novated Design and Build Contract under the terms of the JCT 2011 form of contract.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=115062.
45210000, 45200000, 45233000, 45233100, 45233120, 45233123, 45233125, 45113000, 45213100, 80530000, 80531000, 45223300
Tenders may be submitted for all lots
Lot 1 approx 7 200 000 GBP Lot2 approx 1 750 000 GBP Lot 3 approx 1 350 000 GBP giving a total contract value circa 10 300 000 GBP. Tenderers should note that these figures are good faith estimates based on historical costs associated with similar works and that final contract values may vary based on actual tendered figures.
Estimated value excluding VAT: 10 300 000 GBP
Information about lots
Lot No: 1 Lot title: Langtree Techspace Facility Build Works
45210000, 45213100, 45200000, 45233123, 80530000, 80531000
The scope of works includes all on site external works including boundary treatment, car parking, service roads, incoming utilities and public realm including highways connections.
Estimated value excluding VAT: 7 200 000 GBP
This Lot is part funded by the Regional Growth Fund. Funding for this aspect of the project has been secured.
45233100, 45233000, 45233120, 45233123, 45233125, 45112700, 80530000, 80531000
A new Linear Park will be created on un-adopted land to the Southern side of Keckwick Lane to provide a safe and enjoyable space for pedestrian and cyclist to access through the Campus. New crossing points and traffic calming measures will be incorporated into Keckwick Lane to provide linkage between facilities on either side of the Campus.
A new plaza area of high quality public realm will be created to provide clear pedestrian linkage between the existing Innovation House and the Sci Tech Laboratory facilities whilst maintaining existing vehicular access and turning provision.
Estimated value excluding VAT: 1 750 000 GBP
45210000, 45200000, 45233123, 80530000, 80531000
Estimated value excluding VAT: 1 350 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: See tender documentation.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
All potential Tenderers will be subject to financial checks via Equifax and Companies House at the PQQ stage and only those companies who satisfy the minimum criteria accepted by the Council will be invited to tender. This is a Pass/Fail criteria. The Council reserves unto itself the right to conduct such further due diligence financial assessment on potential contractors as it sees fit at any stage up to the award of the contract.
Minimum level(s) of standards possibly required: The Council accepts companies with credit scores of A-E as assessed by Equifax. Full details of the financial criteria will be available with the PQQ document.
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(6) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(8) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(9) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Following their satisfactory completion and on time submission of the Pre-Qualification Questionnaire a minimum of 5 Economic Operators will be selected to receive the invitation to tender. This will be subject to their satisfying all pass/fail elements of the PQQ and scoring against the objective criteria outlined in the PQQ document. The minimum number of economic operators (5) will be selected by rank following scoring.
Prior information notice
Notice number in the OJEU: 2014/S 25-038816 of 5.2.2014
Other previous publications
Notice number in the OJEU: 2014/S 42-069068 of 28.2.2014
Section VI: Complementary information
Reference to project(s) and/or programme(s): Lots 1 and 2 of the project are part funded by the Regional Growth Fund – funding for these Lots has been secured.
Lot 3 of the project (the office accommodation build) is reliant on Grant Funding from the European Regional Development Fund. Funding has been applied for but not yet confirmed, however confirmation is expected during the tender period.
Tenderers should note that in the event of funding being refused this aspect of the project will be cancelled resulting in Lot 3 not being awarded. In the event of cancellation the contracting authorities do not accept any liability for any abortive costs incurred by tenderers, which shall include but not be limited to any costs incurred in the preparation of their tenders.
The contract is divided into 3 Lots as described in this notice.
Lot 1 – The employer will be Langtree Developments PLC.
Lot 2 – The employer will be the Daresbury Joint Venture.
Lot 3 – The employer will be Langtree Developments PLC.
Lots 1 and 2 of the project are part funded by the Regional Growth Fund – funding for these aspects of the project has been secured.
Tenderers should particularly note the following in respect of Lot 3:
Lot 3 of this project (the office accommodation facility build) is reliant on Grant Funding from the European Regional Development Fund. Funding has been applied for but not yet confirmed, however confirmation is expected during the tender period.
Tenderers should note that in the event of funding being refused this aspect of the project will be cancelled resulting in Lot 3 not being awarded. In the event of cancellation the contracting authorities do not accept any liability for any abortive costs incurred by tenderers, which shall include but not be limited to any costs incurred in the preparation of their tenders.
General Information
The overall contract is a Novated Design and Build Contract under the standard form of the JCT 2011.
1) The authorities preferred solution is to appoint a single main contractor for all 3 lots to achieve economies of scale and in the interests of efficiency in the coordination of the three workstreams described as lots in this notice. Accordingly tenderers must submit bids for all lots of the contract, however the authority reserves the right in its absolute discretion to award individual lots to separate tenderers should it prove to be the most economically advantageous option.
2) Conditions relating to environmental and social requirements of the Contracting Authorities may be included in this contract.
3) The Contracting Authorities intend to include within the contract measures to monitor performance including, but not limited to, key performance indicators and the provision by the contractor of suitable management information. Full details of the arrangements and contractual provisions will be available at the invitation to tender stage.
4) Halton Borough Council is the lead authority for this procurement. Documents relating to the procurement will only be issued and received via the Councils e-procurement vehicle – The Chest, hosted by Due North at www.the-chest.org.uk. In order to participate in the tender economic operators must register as a supplier on that system and register an interest in the opportunity. Once interest is registered in the published opportunity on the Chest, the PQQ document will automatically become available to the tenderer. Tenderers should note that the closing deadline for submission of the PQQ document for this tender is 11:00 on 1.5.2014. In accordance with the relevant legislation tenderers may express their interest at any time up to the closing date, however the closing deadline will not be extended to accommodate late entrants to the process.
5) Potential Contract values have been estimated using historical information on similar works. Any values in this notice are good faith estimates based on existing information and final contract values at award may differ in the light of estimates submitted by tenderers.
6) Any dates given in this notice are indicative and the Authorities reserve the right to amend dates if necessary.
7) Currently the estimated date for award of contracts is 9.9.2014.
although this date may vary due to the procurement process and the need to obtain the necessary internal authorities to proceed with the contracts.
8) Contractors should also note that the authorities desire actual works on site to commence as soon as reasonably practicable after the award of contract.
(MT Ref:115062)
Halton Borough Council, Legal Department
Municipal Buildings, Kingsway
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 3033334300
Internet address: www.halton.gov.uk
VI.5)Date of dispatch of this notice:31.3.2014