Office Construction Work Merseyside
Construction of 4 472 sq m of Grade A office accomodation within Wirral Waters Enterprise Zone to be known.
United Kingdom-Heswall: Construction work
2014/S 096-167074
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Longmeadow Estates Limited
Barnston House, Beacon Lane, Wirral
Contact point(s): AECOM
For the attention of: Chris Tildsley
CH60 0EE Heswall
UNITED KINGDOM
Telephone: +44 1513318900
E-mail: towerwharf.europe@aecom.com
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
Main site or location of works, place of delivery or of performance: Wirral Waters Enterprise Zone Wirral.
NUTS code UKD54
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)
This procurement process relates to LEL’s planned design and construction of a new B1 office building to be known as Tower Wharf comprising 4 472 sq m of Grade A office accommodation within the Wirral Waters Enterprise Zone. The site for the construction will be acquired by LEL and the works will be funded through ERDF grant, LEL’s own resources and bank lending.
LEL is a private company instrumental in delivering commercial developments in the Wirral and surrounding areas since 2000.
The project will reclaim 1.05 ha of brown field land and deliver 4 459 sq m of Grade A office accommodation constructed to Breeam Excellent standard which will be DDA compliant. The work will commence as soon as possible after the selection of the main contractor and practical completion is anticipated in November 2015.
The project will be procured by way of an amended JCT Design and Build Contract DB 2011.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45100000, 45112000, 45112700, 45113000, 45210000, 45213150, 45232220, 45233210
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:
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
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
(a) all candidates will be required to provide a satisfactory reference from their bank
(b) all candidates will be required to provide evidence of relevant professional indemnity insurance, public liability insurance and employers liability insurance for the specified levels of indemnity from a reputable insurer
(c) all candidates will be required to provide a statement covering the 3 previous financial years including the overall turnover of the candidate
(d) all candidates will be required to provide statements of accounts or extracts from those accounts relating to their business
(e) all candidates will be required to provide evidence of their claims history for all required insurance policies
Minimum level(s) of standards possibly required: Candidates must be able to demonstrate that they can satisfy the minimum standards set out in this contract notice. Candidates that cannot satisfy the following minimum standards will not be invited to tender
(a) a turnover of at least 25 000 000 GDP
(b) an annual profit before tax of at least 1 250 000 GDP for each of the last three financial years
(c) have professional indemnity insurance cover of at least 10 000 000 GDP for each and every claim
(d) have employers liability insurance cover of at least 10 000 000 GDP
(e) have public liability insurance cover of at least 10 000 000 GDP
(f) be able to offer if required an acceptable parent company guarantee, other guarantee or performance bond issued by a recognisable and acceptable institution
(f) be able to offer warranties in an acceptable form to any purchaser, fund or tenant of the completed project with a warranty period of 12 years post practical completion
It is recommended that all candidates interested in applying to be selected to tender review the requirements listed above and satisfy themselves that the minimum thresholds can be met before applying to be selected to tender
III.2.3)Technical capacity
A detailed PQQ will be available to all candidates registering an interest in this opportunity/project. LEL is electing to apply conditions contained in Articles 48 to 50 of Directive 2004/18/EC and regulation 25 of the Public Contracts Regulations 2006.
Minimum level(s) of standards possibly required:
Candidates must be able to demonstrate that they can satisfy the minimum standards set out in this contract notice and as more fully described in the PQQ.
Candidates which cannot satisfy the following minimum standards will not be invited to tender:
(a) the delivery of 3 design and build projects of a scope and scale similar to the current opportunity/project within the last 5 years
It is recommended that all candidates interested in applying to be selected to tender review the requirements listed above and confirm that the minimum thresholds can be met before applying to be selected to tender
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
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Reference to project(s) and/or programme(s): European Regional Development Fund (North-West Operational Programme 2007-2013).
VI.3)Additional information
All dates values and time periods specified in this notice are provisional only and LEL reserves the right to change these LEL shall not be responsible for any costs charges or expenses incurred by candidates or bidders and accepts no liability for any costs charges or expenses irrespective of the outcome of the competition or if the competition is cancelled or postponed
The PQQ is the only method by which LEL will accept requests to participate. The PQQ can be obtained from the contact point in section 1.1
In respect of section II.1.9 please note that variant bids may be accepted by LEL provided that their form and nature are approved by LEL in advance
For the avoidance of doubt LEL is not a contracting authority for the purposes of the Public Contracts Regulations 2006. This notice is published on a voluntary basis to ensure effective competition, in light of the use by LEL of ERDF (North West Operational Programme 2007-2013) funding
VI.5)Date of dispatch of this notice: