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

Portobello Trade Park - ERDF Ref 007097

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Ravensworth Property Developments LLP
Davison House, Rennys Lane
For the attention of: Geoff Clark
DH1 2RS Durham
UNITED KINGDOM
Telephone: +44 1913837685
E-mail:
Fax: +44 1913839911

Internet address(es):

General address of the contracting authority: http://www.mglgroup.co.uk/RavensworthProperties

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA29348

Further information can be obtained from: Artis Consulting Ltd
25B Broad Chare
For the attention of: Sean McKeon
NE1 3DQ Newcastle Upon Tyne
UNITED KINGDOM
Telephone: +44 1913401282
E-mail:
Internet address: http://www.artisconsultingltd.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Artis Consulting Ltd
25B Broad Chare
For the attention of: Sean McKeon
NE1 3DQ Newcastle Upon Tyne
UNITED KINGDOM
Telephone: +44 1913401282
E-mail:
Internet address: http://www.artisconsultingltd.co.uk

Tenders or requests to participate must be sent to: Artis Consulting Ltd
25B Broad Chare
For the attention of: Sean McKeon
NE1 3DQ Newcastle Upon Tyne
UNITED KINGDOM
Telephone: +44 1913401282
E-mail:
Internet address: http://www.artisconsultingltd.co.uk

I.2)Type of the contracting authority
Other: Property Development Company Accessing European Funds
I.3)Main activity
Other: Property Development
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:
Portobello Trade Park - ERDF Ref 007097
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Portobello Road, Birtley, Tyne and Wear.

NUTS code UKC22

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)
Design and construction of new trade/warehouse units totaling approximately 100,000sqft,including all associated external works and services required to complete the development.
II.1.6)Common procurement vocabulary (CPV)

45000000, 71200000, 71240000, 71300000

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:
Design and construction of trade warehouse units ranging from 6,300 - 23,500sqft with a total gross floor area of approximately 100,000sqft, including all external works and services required to complete the development.
Estimated value excluding VAT:
Range: between 4 500 000 and 6 000 000 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 1.7.2014. Completion 24.7.2015

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Contract Guarantee/Performance Bond/Parent Company Guarantee will be required. Details will be provided as part of the ITT.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment conditions will be in accordance with the form of contract specified in the Invitation to Tender, subject to Client amendments
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Particular Conditions will be detailed in the Invitation to Tender
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: Applicants will be required to complete and return a response to the Pre-Qualification requirements identified in VI.3 which will be assessed in order to determine whether they will be invited to tender for the project. All requested information must be returned by the deadline for receipt of requests to participate detailed in IV.3.4.
Failure to register an interest and submit the required information by the deadline for receipt of requests to participate shall not under any circumstances provide any grounds for an extension to that deadline.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete and return a response to the Pre-Qualification requirements identified in VI.3 which will be assessed in order to determine whether they will be invited to tender for the project. All requested information must be returned by the deadline for receipt of requests to participate detailed in IV.3.4.
Failure to register an interest and submit the required information by the deadline for receipt of requests to participate shall not under any circumstances provide any grounds for an extension to that deadline.
Minimum level(s) of standards possibly required: As specified in VI.3
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete and return a response to the Pre-Qualification requirements identified in VI.3 which will be assessed in order to determine whether they will be invited to tender for the project. All requested information must be returned by the deadline for receipt of requests to participate detailed in IV.3.4.
Failure to register an interest and submit the required information by the deadline for receipt of requests to participate shall not under any circumstances provide any grounds for an extension to that deadline.
Minimum level(s) of standards possibly required:
As detailed in VI.3
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 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: Applicants will be required to complete and return a response to the Pre-Qualification requirements identified in VI.3 which will be assessed in order to determine whether they will be invited to tender for the project. All requested information must be returned by the deadline for receipt of requests to participate detailed in IV.3.4.
Failure to register an interest and submit the required information by the deadline for receipt of requests to participate shall not under any circumstances provide any grounds for an extension to that deadline.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
29.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
18.4.2014
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): The project is part funded by the European Regional Development Fund 2007 - 2013 Priority 2 Programme
VI.3)Additional information
Applicants will be required to complete and return a response to the Pre-Qualification requirements identified in VI.3 which will be assessed in order to determine whether they will be invited to tender for the project. All requested information must be returned by the deadline for receipt of requests to participate detailed in IV.3.4.
Failure to register an interest and submit the required information by the deadline for receipt of requests to participate shall not under any circumstances provide any grounds for an extension to that deadline.
Should the Contracting Authority require further clarification of any submitted information, interviews may be held as required with relevant parties and the scoring of the submissions may be moderated as a result. This may happen at any stage of the procurement process.
III.2.1 Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers (Pass/Fail)
III.2.1.1 All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
III.2.1.2 All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
III.2.1.3 All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
III.2.1.4 All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
III.2.1.5 All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
III.2.1.6 Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
III.2.1.7 All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
III.2.1.8 All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
III2.1.9 All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2 Economic and financial capacity (Pass/Fail)
III.2.2.1 All candidates will be required to provide evidence of relevant professional risk indemnity insurance
III.2.2.2 All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
III.2.2.3 All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business for the last three years of trading.
III.2.2.4 All candidates will be required to provide confirmation that they have, or if successful will obtain, the following minimum levels of insurance:-
- Public Liability GBP5m
- Employer's Liability GBP10m
- Professional Indemnity GBP5m
III.2.3 Technical Capacity (Pass/Fail)
III.2.3.1 All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001, or other equivalent standard to be approved by the Contracting Authority.
III.2.3.2 All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards, or other equivalent standard to be approved by the Contracting Authority.
III.2.3.3 Health and Safety
All candidates will be required to confirm that they will commit to the following:-
- To provide adequate control of the health, safety and welfare risks arising from the organisation's work activities which may affect its staff or others.
- To consult with your staff on matters of health, safety and welfare.
- To provide and maintain safe equipment necessary for the carrying out of the services.
- To ensure the safe handling and use of substances.
- To prevent accidents and cases of work related ill health.
- To maintain safe and healthy working conditions
- To ensure sufficient funds are made available to implement these commitments.
- To review and revise this statement as necessary at intervals not exceeding 12 months.
Equality and Diversity
All candidates will be required to confirm that their organisation will comply with all legal requirements in relation to:-
- Race
- Sexual Orientation
- Disability
- Age
- Religion or Beliefs
- Gender
- Human Rights
III.2.3 Technical Capacity (Weighted)
Assessment criteria for this element of the request to participate are as follows:-
Criteria Weighting
Proposed Team 30%
Relevant Experience - General 25%
Relevant Experience - BREEAM 10%
Methodology 30%
References 5%
Proposed Team (30%)
Please identify the key members of staff who will be providing services under this contract including their qualifications, and relevant experience.
Please provide CV's for all relevant staff.
Relevant Experience - General (25%)
Please provide details of your organisation's experience of projects of a similar size and nature. For each project, identify the key challenges encountered and how these were overcome.
Relevant Experience - BREEAM (10%)
Please provide details of your organisation's and proposed team member's experience of achieving BREEAM ratings. For each project, identify the key challenges encountered and how these were overcome.
Methodology (30%)
Please provide details of how you propose to deliver the services required under this contract to ensure that the project is delivered in accordance with the Employer's requirements, paying particular attention to your interaction with the client team, coordination of the design team and subcontractors, your approach to achieving quality in both design and construction, as well as post handover.
References (5%)
Please provide details of two referees in relation to projects of a similar nature which the organisation has completed and who the Client may approach.
(MT Ref:111373)
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: The Contracting Authority 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. Additional information should be requested from the contact detailed in 1.1. If an appeal regarding the award of contract has not been successfully resolved, the Public Contracts regulations 2006 (S1 2006 N0 5) provide for aggrieved parties who have been harmed or are at risk of of harm by a breach of the rules to take action in the High Court (England and Wales).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.12.2013