Mechanical and Electrical Engineering Services Tender
Mechanical and Electrical Engineering Services for the delivery of a new, Iconic, Destination, Water and Leisure Facility in Coventry City Centre.
United Kingdom-Coventry: Mechanical engineering services
2015/S 062-108862
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Coventry City Council
Earl Street
Contact point(s): www.csw-jets.co.uk
For the attention of: Catherine Barclay
CV1 5RR Coventry
UNITED KINGDOM
E-mail: procurement.services@coventry.gov.uk
Internet address(es):
General address of the contracting authority: www.coventry.gov.uk
Address of the buyer profile: www.csw-jets.co.uk
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
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Coventry.
NUTS code UKG33
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)
Please note, the Client is currently exploring the potential opportunity of incorporating the neighbouring Spire into the project.
The Council’s key vision for the development of the site is:
To provide an exciting, iconic, high quality destination water and leisure facility that is accessible to everyone, draws people to Coventry and acts as a catalyst for the regeneration of the city centre, increases footfall and contributes to the Council’s healthy living objectives.
Key Drivers/Objectives
The development will:
— be a high quality, ‘iconic’ design that is unique, highly visible and has the ‘wow factor’;
— be ‘cutting edge’ and innovative in terms of the design, technology and the uses / features within it;
— provide a mixture of ‘Fun, Exercise and Relaxing’ facilities;
— be flexible enough in design to facilitate the periodic replacement / renewal of water features to respond to new developments and market opportunities and user demands;
— provide an exciting, ‘high octane’ water leisure experience that draws people from Coventry and the surrounding regions;
— provide a high quality sport, leisure, health and fitness experience;
— appeal to a wide range of age groups;
— achieve a return on the initial capital investment, by attracting and sustaining high numbers of visitors/users and by designing an energy and spatially efficient building; and
— be a contributing catalyst for regeneration of the City Centre, in conjunction with the proposed Friargate and City Centre South retail schemes.
II.1.6)Common procurement vocabulary (CPV)
71333000
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:
Range: between 275 000 and 450 000 GBP
II.2.2)Information about options
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per PQQ and ITT documents.
III.2.3)Technical capacity
As per PQQ and ITT documents.
Minimum level(s) of standards possibly required:
As per PQQ and ITT documents.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Mechanical and Electrical Engineering.
III.3.2)Staff responsible for the execution of the service
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: As per PQQ documents.
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.3.5)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
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.5)Date of dispatch of this notice: