Schools Redevelopment Work Pembrokeshire
1. Construction of a 3000M2 new-build primary school with associated car parking, landscaping an pitch drainage works. 2. Refurbishment of an existing junior school into a primary school.
United Kingdom-Pembrokeshire: Building construction work
2014/S 073-125012
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Pembrokeshire County Council
County Hall, Haverfordwest
SA61 1TP Pembrokeshire
UNITED KINGDOM
Telephone: +44 1437775640
Fax: +44 1437776510
Internet address(es):
General address of the contracting authority: www.pembrokeshire.gov.uk
Further information can be obtained from: Pembrokeshire County Council
., .
Contact point(s): https://etenderwales.bravosolution.co.uk
For the attention of: Documents can be obtained from
.
UNITED KINGDOM
Telephone: +44 1437775640
Internet address: https://etenderwales.bravosolution.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Pembrokeshire County Council
.
For the attention of: .
.
UNITED KINGDOM
Telephone: +44 1437775640
Fax: +44 1437776510
Internet address: https://etenderwales.bravosolution.co.uk
Tenders or requests to participate must be sent to: Pembrokeshire County Council
.
For the attention of: https://etenderwales.bravosolution.co.uk
.
UNITED KINGDOM
Telephone: +44 1437775640
Fax: +44 1437776510
Internet address: https://etenderwales.bravosolution.co.uk
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Education
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:
Tenby Schools Redevelopment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Pembrokeshire.
NUTS code UK
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)
The project comprises of the following:
1. Construction of a 3000M2 new-build primary school with associated car parking, landscaping an pitch drainage works.
2. Refurbishment of an existing junior school into a primary school.
3. Demolition of an existing infants school and reinstatement as a grassed pitch area.
Note: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access eTenderwales, express your interest in this notice and access the tender documentation please visit
https://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code project_27739 within the appropriate area.
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): yes
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:
Estimated value excluding VAT:
Range: between 8 000 000 and 8 500 000 GBP
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
Starting 15.9.2014. Completion 24.7.2017
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the PQQ.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the PQQ.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint & Several 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
Information and formalities necessary for evaluating if the requirements are met: As per the PQQ.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the PQQ..
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 8
Objective criteria for choosing the limited number of candidates: As per PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
CA4539
IV.3.2)Previous publication(s) concerning the same contract
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: 8.5.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
8.5.2014 – 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
19.5.2014
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: 5 (from the date stated for receipt of tender)
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.3)Additional information
The work will be in three phases which will run in sequence with some overlap in the later stages.
(WA Ref:4616)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (
www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Community Benefits/Social Requirements
General:
The Employer is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, the Contractor will be expected to consider opportunities to maximise the community benefits to be delivered through the contract.
Key points:
Training and employment opportunities
Maximising supply chain opportunities for SMEs’
Use of the Welsh Community Benefits Tool
Engagement with local schools and colleges
Community engagement.
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: Pembrokeshire County Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from I.1
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:8.4.2014