External Wall Insulation Scheme for Bristol City Council
Bristol City Council wish to appoint a main contractor for the delivery of a Design and Build contract for the installation of external wall insulation and other maintenance work to low-rise domestic housing stock.
United Kingdom-Bristol: Building construction work
2015/S 039-065840
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Bristol City Council
City Hall, College Green
Contact point(s): Partnerships, Procurement and Commissioning
For the attention of: Spencer Penny
BS1 5TR Bristol
UNITED KINGDOM
Telephone: +44 1173525566
E-mail: spencer.penny@bristol.gov.uk
Internet address(es):
General address of the contracting authority: www.bristol.gov.uk
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Registration/Register
Electronic access to information: https://supplierlive.proactisp2p.com/Account/Registration/Register
Electronic submission of tenders and requests to participate: https://supplierlive.proactisp2p.com/Account/Registration/Register
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)
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
NUTS code UKK11
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)
II.1.6)Common procurement vocabulary (CPV)
45210000, 45321000, 45261900, 45262330, 45262700, 45421100, 45440000, 45442110, 45442180, 45261920, 45261910, 71000000, 71200000,71220000, 71221000, 71250000, 71251000, 71312000, 71315200, 71315300
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: 9 500 000 GBP
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: As set out in the Invitation To Tender and Award document.
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
In accordance with the on-line Pre-Qualification Questionnaire (PQQ), PQQ Selection document, Invitation To Tender and Award document. Also: (1) The Council reserves the right to exclude a Bidder if: (a) the Bidder has not confirmed that Blacklists are not used by or on behalf of the Bidder; and/or (b) the Council is not satisfied that the Bidder has demonstrated that adequate measures are in place to ensure that Blacklists are not used by or on behalf of the Bidder. (2) The Council reserves the right to exclude a Bidder if the Council is not satisfied that adequate self-cleaning has been carried out following: (a) an adverse finding by a court or tribunal or other public body exercising similar functions regarding the use of a Blacklist by or on behalf of a Bidder; (b) an admission by the Bidder of the use of a Blacklist by or on behalf of the Bidder. Please refer to the on-line Pre-Qualification Questionnaire and supporting documents for more details (including a definition of ‘Blacklist’) and guidance regarding self-cleaning.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: In accordance with the Pre Qualification Questionnaire and Selection Documents.
III.2.3)Technical capacity
In accordance with the Pre Qualification Questionnaire and Selection Documents.
Minimum level(s) of standards possibly required:
In accordance with the Pre Qualification Questionnaire and Selection Documents.
Section IV: Procedure
IV.1.1)Type of procedure
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: Sub-contractors, quality and sustainability policies. Technical experience.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=131326145
GO Reference: GO-2015220-PRO-6382738.
VI.4.1)Body responsible for appeal procedures
Bristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead
BS1 2NR Bristol
UNITED KINGDOM
E-mail: e-filing@bristol.countycourt.gsi.gov.uk
Telephone: +44 1179106700
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: