Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)South Warwickshire NHS Foundation Trust
Warwick Hospital, Lakin Road
Contact point(s): Osbornes (Quantity Surveyors) Limited
For the attention of: Martin Cakebread
CV34 5BW Warwick
UNITED KINGDOM
Telephone: +44 2476561510
E-mail:
Fax: +44 2476447170
Internet address(es):
General address of the contracting authority: www.osbornes-qs.com
Address of the buyer profile: www.csw-jets.co.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 authorityBody governed by public law
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:COV - Re- Development of Stratford Hospital (Phase 1) Principal Contractor Appointment.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Execution
Main site or location of works, place of delivery or of performance: Construction Contract.
Stratford Hospital - Stratford upon Avon, Warwickshire.
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)South Warwickshire NHS Foundation Trust is seeking to procure a suitably experienced and resourced Main Contractor to support the trusts delivery of Phase 1 of a new hospital development including site works.
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)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:
Range: between 7 500 000 and 10 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 15 (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:This will be identified within the Stage 1 tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Standard JCT payment terms will apply.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Jointly and severally liable.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: Refer to PQQ documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met (If applicable).
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance -sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Refer to PQQ 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 6: and maximum number 8
Objective criteria for choosing the limited number of candidates: The highest ranking suitable contractors according to the scoring detailed in the PQQ instructions document.
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:PROJECT - 00000974
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 20.1.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate20.1.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates4.2.2014
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 informationThe Contracting Authority intends to use an e-tendering system in this procurement exercise along with hard copy.
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:18.12.2013