Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Horsham District Council
Parkside, Chart Way
Contact point(s): Property and Facilities Manager
For the attention of: Brian Elliott
RH12 1RL Horsham
United Kingdom
Telephone: +00 441403215299
E-mail:
Internet address(es):
General address of the contracting authority: www.horsham.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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Horsham District Council - Construction Contractor for new Leisure Centre.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
NUTS code UKJ24
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 Council is looking to appoint a main contractor for the development of a new leisure facility in Broadbridge Heath, Horsham, West Sussex. The Council's key vision for the development of the site are ‘to provide an exciting, high-quality dry sports leisure facility that is accessible to everyone, draws people to Broadbridge Heath, increases footfall and contributes to the Council's healthy living objectives’. Once built the new facility will replace the existing leisure facility.
The tender will be carried out using the OJEU Competitive Procedure with Negotiation process. The contract is due to commence in November 2016.
All documentation can be accessed free of charge by registering on our e-tendering portal at www.sesharedservices.org.uk
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)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 9 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 21.11.2016. Completion 1.12.2017
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:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: All criteria are stated n the tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: All criteria are stated in the tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
All criteria are stated in the tender documentation.
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: The Council intends to invite the top 5 scoring organisations through from PQQ to ITT. Where there is a negligible difference between the 5th placed organisation and the 6th ranking organisation, the Council reserves the right to invite the next placed bidder. Please note the Council is following the OJEU Competitive Procedure with Negotiation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
HMDC - 007414
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate18.7.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates1.8.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.6.2016