Demolition and Building Works Coventry
Construction of a new city centre office building with associated public realm and demolition works.
United Kingdom-Coventry: Construction work
2014/S 042-069193
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Friargate Coventry LLP
2nd Floor, 3 Copthall House, Station Square
For the attention of: Lynda Mather
CV1 2FD Coventry
UNITED KINGDOM
E-mail: lynda.mather@prosurv.co.uk
Internet address(es):
General address of the contracting authority: www.friargatecoventry.co.uk
Further information can be obtained from: Coventry City Council
Internet address: http://www.csw-jets.co.uk PROJECT – 00001021
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Coventry City Council
Internet address: http://www.csw-jets.co.uk PROJECT – 00001021
Tenders or requests to participate must be sent to: Coventry City Council
Internet address: http://www.csw-jets.co.uk PROJECT – 00001021
I.2)Type of the contracting authority
Other
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:
COV – Friargate Coventry LLP.
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: Coventry, UK.
NUTS code UKG33
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)
Construction of a new city centre office building with associated public realm and demolition works.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45200000, 45213100, 45210000, 45111100, 65000000, 45111200, 44000000, 45315100, 71000000, 45111000, 45213150, 45351000, 45110000
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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 28 000 000 and 32 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 29.9.2014. Completion 31.5.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Friargate Coventry LLP reserves the right to require guarantees, bonds, collateral warranties and other forms of security as appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made in accordance with the contract conditions and amendments thereto.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Friargate Coventry LLP reserves the right to require groupings of entities to a particular form, or to require one party to undertake primary legal liability or to require that each party takes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further information is provided in the pre-qualification documentation.
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: Economic operators must refer to the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The required information is set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The required information is set out in the pre-qualification questionnaire.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The required information is set out in the pre-qualification questionnaire.
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:
PROJECT – 00001021
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.3.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.3.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
11.4.2014
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): It is anticipated ERDF funding will be granted to the project for the public realm works as part of the Coventry and Warwickshire Economic Development, Access to Friargate Employment Sites.
VI.3)Additional information
Friargate Coventry LLP reserves the right to change without notice the procedure for awarding the contract, to reject all or any bids for the contract, to terminate the process and not to award a contract at any time without any liability on its part. No contract will be created between Friargate Coventry LLP and any party until a contract is executed between Friargate Coventry LLP and the winning bidder.
Tenders and all supporting documentation for the contract must be in English and must be priced in sterling.
Friargate Coventry LLP is not liable for any costs (including any third party costs fees or expenses) incurred by those expressing an interest in or tendering for this contract opportunity.
Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the Courts of England and Wales.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Friargate Coventry LLP
2nd Floor, 3 Copthall House, Station Square
CV1 2FD Coventry
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Friargate Coventry LLP
2nd Floor, 3 Copthall House, Station Square
CV1 2FD Coventry
VI.5)Date of dispatch of this notice:26.2.2014