Design and Construction East Sussex
Design development and construction of a number of Business Centres (25,000sf each) in various locations in East Sussex.
UK-St Leonards: Building construction work
2013/S 100-171070
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
East Sussex Energy, Infrastructure and Development Ltd
Innovation Centre, Highfield Drive
For the attention of: Clive Taylor
TN38 9UH St Leonards
UNITED KINGDOM
Telephone: +44 1424858219
E-mail: clivetaylor@seachangesussex.co.uk
Fax: +44 1424858102
Internet address(es):
General address of the contracting authority: www.seachangesussex.co.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA24990
Further information can be obtained from: East Sussex Energy, Infrastructure and Development Ltd
Innovation Centre, Highfield Drive
For the attention of: Mr Clive Taylor
TN38 9UH St Leonards
UNITED KINGDOM
Telephone: +44 1424858219
E-mail: clivetaylor@seachangesussex.co.uk
Fax: +44 1424858102
Internet address: www.seachangesussex.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: East Sussex Energy, Infrastructure and Development Ltd
Innovation Centre, Highfield Drive
For the attention of: Ms Tracey Hendy
TN38 9UH St Leonards
UNITED KINGDOM
Telephone: +44 1424858287
E-mail: traceyhendy@sechangesussex.co.uk
Fax: +44 1424858102
Internet address: www.seachangesussex.co.uk
Tenders or requests to participate must be sent to: East Sussex Energy, Infrastructure and Development Ltd
Innovation Centre, Highfield Drive
For the attention of: Clive Taylor
TN38 9UH St Leonards
UNITED KINGDOM
Telephone: +44 1424858219
E-mail: clivetaylor@seachangesussex.co.uk
Fax: +44 1424858102
Internet address: www.seachangesussex.co.uk
I.2)Type of the contracting authority
Other: Company limited by guarantee receiving government funding
I.3)Main activity
Other: Economic development
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:
E Sussex Business Centres: Design and Construction.
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: Various sites in E Sussex.
NUTS code UK
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 development and construction of a number of Business Centres (25,000sf each) in various locationsin E Sussex.
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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Initially the contract will comprise the Design and Construction of two centres which is reflected in the ranges stated below. However, further centres may be added by negotiation and agreement.
Estimated value excluding VAT:
Range: between 8 000 000 and 10 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to negotiate the construction of a further 3no centres should funding become available.
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 6.1.2014. Completion 27.3.2015
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:
Interim payments in accordance with the JCT design and build contract 2011
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia members if applciable shall be jointly and severally liable
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: (1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(2) 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
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) 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.
(3) 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:
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
Please refer to 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: Assessment of PQQ utilising a pre-determined scoring martix.
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
Time limit for receipt of requests for documents or for accessing documents: 12.7.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
19.7.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.9.2013
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
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:105223)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:23.5.2013