Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Oxford City Council
Town Hall, St Aldates
Contact point(s): Procurement Team
For the attention of: Deborah Darch
OX1 1BX Oxford
UNITED KINGDOM
Telephone: +44 1865252346
E-mail: ddarch@oxford.gov.uk
Internet address(es):
General address of the contracting authority: www.oxford.gov.uk
Address of the buyer profile: www.businessportal.southeastiep.gov.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
Regional or local authority
I.3)Main activity
General public services
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:
Provision of Project Management and Design Team Services for the Modernisation of Sports Pavilion Stock.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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
NUTS code UKJ14
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)
Oxford City Council is seeking suitably experienced organisations to provide project management and design services for the modernisation of sports pavilion stock.
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): no
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:
Oxford City Council owns a number of sports pavilions across the city. The pavilions accommodate eight different sports, over 230 teams (or over 3 300 individuals) on a weekly basis. This project is looking to improve upon 12 existing pavilions and develop an additional facility at Grandpont Recreation ground. The program could involve a mix of in-house and external construction works, with the more minor and less technical works being completed by the Councils in-house contractor. A 2007 repairs backlog estimate was approximately 1.5million to bring the pavilions to an average/good standard. As part of the review for these facilities a non-technical assessment was undertaken which is based on the Sport England facilities assessment tool. This tool gives each facility a percentage score which also equates to a Poor to Excellent rating. The facilities score very poorly, with the average score for the City being only 39 %. As a result, Oxford City Council is seeking suitably experienced organisations to provide project management and design services for the modernisation of sports pavilion stock.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severable liability.
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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualifiedwho: Is bankrupt or is being wound up, where his affairs are being administered by the court, where he hasentered into an arrangement with creditors, where he has suspended business activities or is in any analogoussituation arising from a similar procedure under national laws and regulations. Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of anarrangement with creditors or of any other similar proceedings under national laws and regulations. Has beenconvicted by a judgement which has the force of res judicata in accordance with the legal provisions of thecountry of any offence concerning his professional conduct. Has been guilty of grave professional misconductproven by any means which the contracting authorities can demonstrate. Has not fulfilled obligations relating tothe payment of social security contributions in accordance with the legal provisions of the country in which heis established or with those of the country of the contracting authority. Has not fulfilled obligations relating to thepayment of taxes in accordance with the legal provisions of the country in which he is established or with thoseof the country of the contracting authority. Is guilty of serious misrepresentation in supplying the informationrequired under this section or has not supplied such information. Has been the subject of a conviction forparticipation in a criminal organisation, as defined in Article 2 (1) of Council Joint Action 98/733/JHA. Has beenthe subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article3 (1) of Council Joint Action 98/742/JHA3 respectively. Has been the subject of a conviction for fraud withinthe meaning of Article 1 of the Convention relating to the protection of the financial interests of the EuropeanCommunities. Has been the subject of a conviction for money laundering as defined in Article 1 of CouncilDirectives 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of moneylaundering.
Minimum level(s) of standards possibly required Evidence of the holding of Public Liability Insurance coverand Employers Liability Insurance cover. The presentation of balance sheets or extracts from balance sheets,where publication of the balance sheet is required under the law of the country in which the economic operatoris established. A statement of the undertakings overall turnover and where appropriate of turnover in the areacovered by the contract for a maximum of the last three (3) financial years available, depending on the date onwhich the undertaking was set up or the economic operator started trading as far as the information on theseturnovers is available. Minimum level(s) of standards possibly required: Public Liability Insurance of 5 000 000,00 GBP and Employers Liability Insurance of 10 000 000,00 GBP. Professional Indemnity Insurance of 1 000 000 00 GBP.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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
no
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: 3.12.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.12.2012 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 10.12.2012 – 12:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Oxford City Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.10.2012