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

Friars Mill Leicester - Redevelopment Project (TAN0034).

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Leicester City Council
B Block, 6th Floor, New Walk Centre, Welford Place
LE1 6ZG Leicester
UNITED KINGDOM
Telephone: +44 1164544024
E-mail:

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 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:
Friars Mill Leicester - Redevelopment Project (TAN0034).
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

NUTS code UKF21

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)
Construction work. Building construction work. Urban development construction work. Construction work for buildings relating to leisure, sports, culture, lodging and restaurants. Construction work for art and cultural buildings. Historical monument or memorial construction work. Construction work for commercial buildings. Demolition, site preparation and clearance work. Demolition work. Refurbishment work. Construction, foundation and surface works for highways, roads. Buildings of particular historical or architectural interest. Architectural and related services. Leicester City Council is seeking design and build contractors to undertake the Friars Mill Leicester - Redevelopment Project.
Friars Mill is a group of historic industrial buildings sitting on the bank of the River Soar a few minutes' walk from Leicester City Centre. The buildings date from the late 1700's and are understood to be some of the oldest textile factory buildings in the City. The site is of great heritage importance and the buildings are individually Listed, Grade II.
The Council acquired the site at the end of 2012 in a very poor state of repair; a number of the buildings have been subject to significant fire damage and subsequent water ingress. The Council has since secured support from the European Regional Development Fund to undertake the sympathetic restoration of the buildings and to convert them to 15 managed workspace units and associated common areas for small, high value-added businesses.
This project is ERDF (European Regional Development Fund) funded so all rules regarding ERDF need to be complied with. This includes but is not limited to complying with ERDF National Procurement Requirements (ERDF-GN-1-004).
II.1.6)Common procurement vocabulary (CPV)

45000000, 45210000, 45211360, 45212000, 45212300, 45212314, 45213100, 45111000, 45111100, 45453100, 45233000, 45212350, 71200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Works comprise the following:
Proposed works for Friars Mill Leicester - Redevelopment Project.
- The repair and refurbishment of the Friars Mill, Boiler House, Pump House, Bath Lane Mill and Cottages buildings, including brickwork, timber, window and roofing repairs. This will include the complete rebuilding of the Friars Mill roof with traditional construction methods to match its historic form. It will also include the rebuilding of the chimney to its historic form but with modern construction methods.
- The construction of internal walls, joinery and servicing to provide managed workspace units and accompanying service spaces (WCs, kitchenettes etc) together with the construction of a café and small kitchen within the Boiler House.
- The construction of a new circulation core connected to Friars Mill.
- The retention of the façade of the Bath Lane Cottages and the construction of new internal walls, floors and roof, with the construction of a new extension.
- The construction of associated landscaping works, including sustainable urban drainage system, boundary walls and fences, car parking, construction of a bike store, substation and external lighting , paving and soft landscaping.
Estimated value excluding VAT: 6 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration 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:
The provision of appropriate guarantees, warranties and bonds is reserved.
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 registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the 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 capacity
Information and formalities necessary for evaluating if the requirements are met:
As per 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 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
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
TAN0034
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
4.3.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.4.2014
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
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: yes
Reference to project(s) and/or programme(s): This project is ERDF (European Regional Development Fund) funded so all rules regarding ERDF need to be complied with. This includes but is not limited to complying with ERDF National Procurement Requirements (ERDF-GN-1-004).
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-LEICESTER:-Construction-work./H7F9M3NSBM

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/H7F9M3NSBM

GO Reference: GO-2014129-PRO-5423015
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:
29.1.2014