Construction of a New University of Birmingham School and Sixth Form (Main Contractor).
The University is seeking to appoint (on behalf of the University of Birmingham School and Sixth Form) a main contractor to undertake the design and new build construction of a new purpose built School and Sixth Form on the University’s Selly Oak site.
UK-Birmingham: Construction work
2013/S 121-206569
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
University of Birmingham
Procurement Division, Aston Webb ‘B’ Block, Edgbaston
Contact point(s): http://in-tendhost.co.uk/universityofbirmingham
For the attention of: Matt Home
B15 2TT Birmingham
UNITED KINGDOM
Telephone: +44 1214143648
E-mail: m.home@bham.ac.uk
Fax: +44 1214143499
Internet address(es):
General address of the contracting authority: http://www.birmingham.ac.uk/index.aspx
Address of the buyer profile: http://in-tendhost.co.uk/universityofbirmingham
Electronic access to information: http://in-tendhost.co.uk/universityofbirmingham
Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/universityofbirmingham
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: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Design and execution
NUTS code UKG31
45000000, 45112000, 45210000
Section III: Legal, economic, financial and technical information
Description of particular conditions:
Minimum level(s) of standards possibly required: Insurances (Appraisal Questionnaire Section B)
The Contractor must provide evidence (in the form of a valid Certificate) of the following minimum levels of current insurance indemnity cover.
Professional/Indemnity Insurance in the sum of ten million pounds (10,000,000 GBP) for any one occurrence.
Public Liability Insurance in the sum of ten million pounds (10,000,000 GBP) for any one occurrence.
The Contractor will be deemed, by means of responding to the Invitation to Tender, to have provided an understanding to maintain insurance indemnity cover to at least the minimum levels set out above.
As set out in the Pre Qualification Questionnaire and Instruction to Tenderers
Minimum level(s) of standards possibly required:
Equality (Appraisal Questionnaire Section C)
Tenderers must be able to confirm that it is a policy to the organisation as an employer to comply with its statutory obligations under the equality act 2010:
Freedom of Information Act (Appraisal Questionnaire Section D)
Tenderers will be required to provide an understanding in respect of confidentiality and commitment to co-operate and provide all assistance requested and required by the University in order that the University is able to comply with and fulfil its statutory obligations under the Freedom of Information Act 2000.
Bribery Act 2010 (Appraisal Questionnaire Section D)
Tenderers will be required confirm that they will observe and comply with their statutory obligations under the Bribery Act 2010
Contractors Health and Safety Scheme Accreditation (Appraisal Questionnaire Section F)
It is University policy that Professional Construction consultants and Contractors operating on the University Site shall be registered with or accredited by CHAS or SSIP Forum Membership as Designer (the Contractors Health and Safety Scheme – www.chas.gov.uk).
Tenderers must provide evidence (in the form of a valid Certificate) of current:-
CHAS registration and accreditation or SSIP Forum Membership and accreditation.
Health & Safety (Appraisal Questionnaire Section F)
Tenderers must confirm that none of the following incidents have occurred over the last 3 years within the Office (as answered in question A9 of “C3a-Contractors Appraisal Questionnaire Part 1.docx”):-
Prosecutions
HSE Prohibition Notices
Considerate Constructors Scheme (Appraisal Questionnaire Section F)
Contractors must be registered with Considerate Constructors Scheme as a Company – Please confirm Registration details.
Contract Compliance
Tenderers must submit (Appendix 2) as part of the Pre-Qualification a full list of any amendments to contract documents they may wish to propose.
Any proposals to amend any contract documents that have been distributed as part of the PQQ after the closing date will be regarded as a breach of these minimum standards.
WRAPs (Site Waste Management) (Appraisal Questionnaire Section F)
It is University policy that Professional Construction Contractors operating on the University Site shall follow the WRAPs proforma, please confirm acceptance.
Application of these minimum Standards
The above minimum standards are captured in the sections of the Contractors’ appraisal questionnaire indicated. It is recommended that you look at these sections and confirm that you are able to confirm compliance and that your organisation meets the minimum standards as appropriate before you commence completion of the documentation.
Please note that the university’s evaluation team will review these sections of the completed appraisal questionnaires received before any activities are undertaken to evaluate any other part of the response to tender.
If your organisation fails to meet the minimum standards your tender will be declined and no further evaluation of your tender will be undertaken.
Section IV: Procedure
Section VI: Complementary information
All pre qualification documentation is to be submitted electronically only, all Documentation is available upon registration at http://in-tendhost.co.uk/universityofbirmingham
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: yes
VI.5)Date of dispatch of this notice:21.6.2013