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

Southsea Library - Archive Works.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Portsmouth City Council
Floor 2 Chaucer House, Isambard Brunel Road
Contact point(s): Housing & Property Services
For the attention of: Steve Ashby - Utilities Engineering Manager
PO1 2DR Portsmouth
UNITED KINGDOM
Telephone: +44 2392841328
E-mail:

Internet address(es):

General address of the contracting authority: http://www.portsmouth.gov.uk/procurement/index.html

Further information can be obtained from: Portsmouth City Council
Procurement Service Floor 2 Core 3/4, Civic Offices Guildhall Square
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail:
Internet address: https://in-tendhost.co.uk/portsmouthcc/aspx/Home

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Procurement Service
Procurement Service Floor 2 Core 3/4, Civic Offices Guildhall Square
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail:
Internet address: https://in-tendhost.co.uk/portsmouthcc/aspx/Home

Tenders or requests to participate must be sent to: Portsmouth City Council
Procurement Service Floor 2 Core 3/4, Civic Offices Guildhall Square
PO1 2BJ Portsmouth
UNITED KINGDOM
Telephone: +44 2392834918
E-mail:
Internet address: https://in-tendhost.co.uk/portsmouthcc/aspx/Home

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:
Southsea Library - Archive Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works

NUTS code UKJ31

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)
Portsmouth City Council - the 'Council' - is seeking to appoint an experienced and suitably qualified Contractor for the design and build of a new archive facility. The facility will be located within the 1st floor of the building which accommodates Southsea library situated in Southsea Precinct, 19-21 Palmerston Road, PO5 3QA.
The archive facility must meet certain accreditation standards which will be largely based on those set out within 'British Standard PD5454:2012 - Guide for the Storage and Exhibition of Archival Materials'.
The facility must be operational by summer 2014. The Council is targeting to have awarded the contract by the 17.12.2013 and has a target start for commencement of detailed design of 13.1.2014 and a target start on site date of March 2014. The Council estimates the value of the contract works and design combined to be approximately GBP 450,000.
II.1.6)Common procurement vocabulary (CPV)

45351000, 71321000, 39131100, 45317300, 45312100, 45312200, 51700000, 31518200, 31527260, 45331200, 35111500, 35111400, 39151100

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The scope of design services & subsequent works will be fully defined within the tender documentation which will be made available to the shortlisted Contractors. The project scope can be summarised as design and provision of:
- Archive store and associated areas,
- Electrical distribution system,
- Containment,
- New air conditioning system,
- Builders work associated with fire integrity works, fire, security and CCTV systems,
- Modification of fire escape arrangements,
- Lighting and emergency lighting,
- Optional fire suppression,
- Optional storage racking.
The Council also envisages allowing for bids against a range of other options which will be defined within the tender documentation. The successful Contractor will be responsible for all approvals including building regulations and planning permission (possibly required for roof top plant installations).
Estimated value excluding VAT: 450 000 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 13.1.2014. Completion 1.8.2014

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:

As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

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 defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

Minimum level(s) of standards possibly required: As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

Minimum level(s) of standards possibly required:

As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

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 number of operators: 5

Objective criteria for choosing the limited number of candidates: As defined within the pre-qualification questionnaire which can be obtained via https://in-tendhost.co.uk/portsmouthcc/.

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:
AMS/029xxpr/SCAW/13/T
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: 11.10.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.10.2013 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.10.2013
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
IV.3.8)Conditions for opening of tenders

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
The contract is classified as a works contract within the Public Contracts Regulations (2006) as amended (2009) which falls below the value threshold for compulsory issue of a Contract Notice within the Official Journal of the European Union (OJEU). The Council has chosen to advertise within OJEU voluntarily, in accordance with the spirit of the EU public procurement regime and to conduct the procurement process in an open and fair manner so as to increase competition. The submission of this notice and any subsequent advertisement of the contract is not an indication that the Council considers itself bound by the provisions in the Regulations that are applicable only to above threshold Part A service contracts, supplies contracts and works contracts.
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:
19.9.2013