Guildhall York Refurbishment – Invitation to Tender
City of York Council is seeking to select a minimum of 3 and a maximum of 5 suitably qualified contractors who will be invited to tender for the delivery of the Guildhall project.
United Kingdom-York: Construction work
2017/S 069-129729
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
West Offices, Station Road
York
YO1 6GA
United Kingdom
Contact person: Mr Andy Wilcock
Telephone: +44 1904551129
E-mail: andy.wilcock@york.gov.uk
NUTS code: UKE
Address of the buyer profile: http://www.york.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Guildhall York — Refurbishment and Extension.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
City of York Council is seeking to select (at SQ stage) a minimum of 3 and a maximum of 5 suitably qualified contractors who will be invited to tender (at ITT stage) for the delivery of the Guildhall project.
The project procurement will follow a 2 stage tender process where contractors are asked to price and provide a detailed project delivery programme at stage 1 and then to enter into the contract (NEC ECC Option C) to work through an intensive stage 2 — ECI process — working with the client and design team to finalise the detail and prices for individual work packages, and to agree the construction and delivery methods on this complex project.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
City of York Council is seeking to select (at SQ stage) a minimum of 3 and a maximum of 5 suitably qualified contractors who will be invited to tender (at ITT stage) for the delivery of the Guildhall project.
The project procurement will follow a 2 stage tender process where contractors are asked to price and provide a detailed project delivery programme at stage 1 and then to enter into the contract (NEC ECC Option C) to work through an intensive stage 2 — ECI process — working with the client and design team to finalise the detail and prices for individual work packages, and to agree the construction and delivery methods on this complex project.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
York
YO1 6GA
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Medway Council Minor Works Framework 2017 – 2021
Tender for Specialist Conservation Works London
Metropolitan Police Construction Professional Services Framework
Education Funding Agency Construction Framework 2017