Design and Builld Contract Hemel Hempstead
Design and construction of 2 new build blocks of mixed tenure flats.
United Kingdom-Hemel Hempstead: Building construction work
2015/S 108-195251
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Hightown Praetorian and Churches Housing Association
Hightown House, Maylands Avenue
Contact point(s): (NUTS: UKH2)
For the attention of: Hannah Lipfriend
HP2 4XH Hemel Hempstead
UNITED KINGDOM
Telephone: +44 1442292300
E-mail: hannah.lipfriend@hpcha.org.uk
Internet address(es):
General address of the contracting authority: http://www.hightownha.org.uk/
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA0676
Electronic access to information: www.mytenders.org
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: calfordseaden LLP
The Maltings, Locks Hill
Contact point(s): Southend office
For the attention of: Nigel Franklin
SS4 1BB Rochford
UNITED KINGDOM
Telephone: +44 1702548449
E-mail: nfranklin@calfordseaden.co.uk
Internet address: www.calfordseaden.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: calfordseaden LLP
The Maltings, Locks Hill
Contact point(s): Southend Office
For the attention of: Nigel Franklin
SS4 1BB Rochford
UNITED KINGDOM
Telephone: +44 1702548449
E-mail: nfranklin@calfordseaden.co.uk
Fax: +44 1689888299
Internet address: www.calfordseaden.co.uk
Tenders or requests to participate must be sent to: calfordseaden LLP
The Maltings, Locks Hill
Contact point(s): Southend Office
For the attention of: Nigel Franklin
SS4 1BB Rochford
UNITED KINGDOM
Telephone: +44 1702548449
E-mail: nfranklin@calfordseaden.co.uk
Internet address: www.calfordseaden.co.uk
I.2)Type of the contracting authority
I.3)Main activity
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
Main site or location of works, place of delivery or of performance: Beaufort House, 23 Grosvenor Road, St. Albans, Herts, AL1 3AW.
NUTS code UKH2
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)
Design and construction of 2 new build blocks of mixed tenure flats comprising one 5/6 storey block of 34 flats and one 4 storey block of 24 flats
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=152970
II.1.6)Common procurement vocabulary (CPV)
45210000, 45211341, 45213312
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 7 500 000 and 8 250 000 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: See the Project Information Schedule and other documents issued with the PQQ.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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.
III.2.2)Economic and financial ability
(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.
The contracting authority will be undertaking credit checks using Dun & Bradstreet in respect of all applicants.
Minimum level(s) of standards possibly required: See PQQ for further details.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) 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.
(3) 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.
(4) 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.
(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) 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.
Minimum level(s) of standards possibly required:
See PQQ for further details.
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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: Type of procedure: Competitive procedure with negotiation.
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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
Section VI: Complementary information
VI.3)Additional information
VI.5)Date of dispatch of this notice: