By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Refurbishment of Sterte Court and properties at Sterte Close Poole.

Prior information notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Poole Housing Partnership Ltd
Beech House, 28-30 Wimborne Road
For the attention of: Mr Graham Prentice
BH15 2BU Poole
UNITED KINGDOM
Telephone: +44 1202264456

Internet address(es):

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA9521

Further information can be obtained from: Michael Dyson Associates Ltd
West House, Meltham Road
For the attention of: Mark Perkin
HD9 6LB Honley
UNITED KINGDOM
Telephone: +44 1297489831
E-mail:
Fax: +44 1484664186
Internet address: www.mdyson.co.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Social Housing Provider
I.4)Contract award on behalf of other contracting authorities

Section II.A: Object of the contract (Works)

II.1)Title attributed to the contract by the contracting authority:
Refurbishment of Sterte Court and properties at Sterte Close Poole.
II.2)Type of contract and location of works
Main site or location of works: Sterte Close Poole BH15 2AU.
UKK21
II.3)Information on framework agreement
II.4)Short description of nature and scope of works
Refurbishment of 2 high rise blocks of flats and 2 low rise blocks of flats including (but not limited to): Removal of existing claddings, new rainscreen cladding and external wall insulation, replacement roofs, windows, doors, foyers, drainage and utility spaces. Works may include provision or replacement of fire detection, fire extinguishing, louvre systems, door entry, telecommunication and digital reception equipment, heating systems, ventilation equipment and renewable technologies. Works may be required to local environs including hard and soft landscaping, fencing, hedging, tree planting, provision of playground and allotments. The works may include installation artworks, decorative features and visual changes to buildings and grounds.
The purchaser will be seeking to appoint a principal contractor to undertake works "with contractor's design". The purchaser will require engagement in community activities and positive engagement in resident consultation and participation.
The principal contractor will be required to demonstrate capability, skill, capacity and rescources to undertake the project. Minimum requirements for consideration will be Constructionline (or non UK equivalent) and CHAS.
Estimated value excluding VAT:
Range: between 3 500 000 and 5 300 000 GBP
II.5)Common procurement vocabulary (CPV)

45000000, 45111300, 45112700, 45211340, 45232141, 45232330, 45232332, 45232451, 45233253, 45261211, 45261215, 45261210, 45261300, 45262330, 45262522, 45262600, 45262650, 45262700, 45262900, 45262640, 45311000, 45312000, 45312100, 45312300, 45312310, 44221000, 32324310, 32324400, 32360000

II.6)Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 16.1.2012
Scheduled date for
start of works: 26.7.2012
completion of works: 25.7.2014
II.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Interim Payments applicable to construction contract.
III.2)Conditions for participation
III.2.1)Information about reserved contracts

Section VI: Complementary information

VI.1)Information about European Union funds
VI.2)Additional information:
It is expected that works will require contractor's design and this may encompass novation of certain designers from the Purchaser to the Contractor as necessary to meet the Employer's Requirements.
It is expected that the works will be let under a JCT form of contract.
It is expected that assessment of tenders will be using a price and quality formula and that financial terms will apply including satisfactory financial checks.
The principal works are to be cladding works, window replacement and re-roofing. Other listed activities will be ancillary in terms of value and extent.
(MT Ref:84531).
VI.3)Information on general regulatory framework
Relevant governmental Internet sites where information can be obtained

Tax legislation http://www.hmrc.gov.uk/index.htm

Environmental protection legislation http://www.environment-agency.gov.uk/

Employment protection and working conditions http://www.direct.gov.uk/en/Employment/Employees/index.htm

VI.4)Date of dispatch of this notice:
22.11.2011