Section I: Contracting authority
I.1)Name, addresses and contact point(s)
ESE Project Management
Little Hollins, Chapel-En-Le-Frith
For the attention of: Roger Smith
SK23 9UF High Peak
UNITED KINGDOM
Telephone: +44 1298812295
E-mail: ese.pm@zen.co.uk
Further information can be obtained from: ESE Project Management
Little Hollins, Chapel-En-Le-Frith
For the attention of: Roger Smith
SK23 9UF High Peak
UNITED KINGDOM
Telephone: +44 1298812295
E-mail: ese.pm@zen.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ESE Project Management
Little Hollins, Chapel-En-Le-Frith
For the attention of: Roger Smith
SK23 9UF High Peak
UNITED KINGDOM
Telephone: +44 1298812295
E-mail: ese.pm@zen.co.uk
Tenders or requests to participate must be sent to: ESE Project Management
Little Hollins, Chapel-En-Le-Frith
For the attention of: Roger Smith
SK23 9UF High Peak
UNITED KINGDOM
Telephone: +44 1298812295
E-mail: ese.pm@zen.co.uk
I.2)Type of the contracting authority
Body governed by public law
I.4)Contract award on behalf of other contracting authorities
The 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:
Main entrance and Multi-Storey Car Park.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Blackpool Victoria Hospital, Whinney Heys Road, Blackpool FY3 8NR.
NUTS code UKD42
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 a multi-storey car park of approximately 939 spaces and main entrance with offices and retail space together with associated enabling works.
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=87816.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 12 000 000,00 and 16 000 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.9.2012. Completion 1.11.2013
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Pre Qualification questionairre will be required to be completed. The questionnaire to be obtained from ESE Project Management.
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 the requirements are met: Pre-qualification questionnaire will be required to be completed. The questionnaire is to be obtained from ESE Project Management.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See pre-qualification questionnaire to be obtained from ESE Project Management.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: Works need to be started on site immediately as a previous notice was not awarded because there was no PFI solution therefore timescales have slipped on the required deadline.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: To select those most likely to provide the most financially advantageous, well designed bid within the timetable as set out in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
16.4.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
20.4.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:87816).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
ESE Project Management
Little Hollins, Chapel-en-le-frith
SK23 9UF High Peak
UNITED KINGDOM
E-mail: ese.pm@zen.co.uk
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:
5.4.2012