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

Provision of Construction Services in Relation to the Redevelopment / Refurbishment of Sneinton Market and 1a Dakeyne Street, Nottingham.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Nottingham City Council
Resources Department, Loxley House, Station Street
For the attention of: Sue Oliver
NG2 3NG Nottingham
UNITED KINGDOM
Telephone: +44 1158762789
E-mail:

Internet address(es):

General address of the contracting authority: www.nottinghamcity.gov.uk

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:
Provision of Construction Services in Relation to the Redevelopment / Refurbishment of Sneinton Market and 1a Dakeyne Street, Nottingham.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: - Avenues A-C, Sneinton Market, Gedling Street, Nottingham,
and
- 1a Dakyene Street, Nottingham NG3 2AR.

NUTS code UKF14

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)
Nottingham City Council wishes to procure a single contractor for design and construction services in relation to the development of 2 projects within Nottingham City's Creative Quarter:
Project 1 - Downtown (avenues A-C, Sneinton Market) will create a unique interactive workspace to attract and nurture a vibrant community of creative entrepreneurs - particularly in the arts and crafts sector. It will provide unique, affordable and accessible accommodation with creative, technical and business support provision. Through this it will become an exciting destination at the heart of the City's Creative Quarter. Downtown will provide workshop and studio units, offered on affordable and flexible terms to creative SMEs - particularly those in arts and crafts. Through Downtown these creative entrepreneurs will access professional support staff to develop sound business plans and management skills in parallel with their creative and entrepreneurial abilities.
Project 2 - Creative Catalyst (1a Dakeyne Street + car park adjacent to King Edward park) will establish a vibrant business community around creative production. The project will refurbish a currently vacant and semi derelict building in St Ann's Nottingham - an area of extreme multiple disadvantage - to provide workshop, office and studio units, offered on affordable and flexible terms to creative production SMEs and their supply chains. Businesses will access professional support staff to develop sound business plans and management skills in parallel with their creative and entrepreneurial abilities. The project will have comprehensive accommodation and support facilities on site including business exhibition / demonstration and studio space for all audio / visual production uses. Located on Carlton Road, Nottingham, in Nottingham's Creative Quarter, the project will encourage and promote enterprise in the sector and provide a facility for new start up businesses to be nurtured alongside existing, growing businesses.
Both projects are funded from the European Regional Development Fund (ERDF).
Design plans have been developed to RIBA stage C/D and planning consent granted on 22.8.2013.
The successful contractor will be responsible for the complete design service including additional surveys as deemed necessary to be compliant with tender documentation, refurbishments and construction works to both projects. Work on site for both projects must be completed by 30.11.2015.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45213200, 45213252, 71000000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The awarded contractor will be responsible for the complete design service including additional surveys as deemed necessary to be compliant with tender documentation, refurbishment and reconstruction works for both projects.
Estimated value excluding VAT: 9 858 625 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 3.6.2014. Completion 30.11.2015

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be agreed under the final terms of the main contract, but it is likely that a performance bond and parent company guarantee will be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the conditions of contract, to be informed as part of the tendering process.
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: Considerations relating to environmental and social requirements may be included in this contract.
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment, which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
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 of these turnovers is available.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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 8
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:
EASD-9FNDG7 (CPU1205)
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: 3.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 90 (from the date stated for receipt of 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): European Regional Development Fund (ERDF)
VI.3)Additional information
Due to the tight times scales involved in the delivery of this project Nottingham City Council wishes to inform economic operators that it is running two consecutive procurement exercises for the same procurement, one procurement exercise via a framework agreement and the other through a competitive EU tendering process. It is the intention of the Council that a decision will be made prior to the Invitation to Tender Stage as to the most appropriate procurement route with which to continue.
Economic operators also need to be aware that due to ERDF funding requirements each of the projects (Downtown and Creative Catalyst will need to be priced individually and that no transfer of costs between the two projects will be permitted. The maximum budget for the individual projects is as follows:
Downtown (Sneinton Market) - 3 890 961 GBP
Creative Catalyst (Dakeyne Street) - 5 967 664 GBP

This tender is being managed electronically. Please go to www.eastmidstenders.org where you can download the documentation, reference number EASD-9FNDG7.

The Pre Qualification Questionnaire and Invitation to Tender documents should be completed and submitted electronically using the eastmidstenders portal by the deadline set out in IV.3.4 above. The information and documents for this Invitation to Tender will be accessible at the following website https://www.eastmidstenders.org

To access these documents you will firstly need to register your company details. Please check that you are able to access the on-line Invitation to Tender Documents. If you are experiencing problems then please contact the helpdesk at alternatively telephone +44 1670597136 for further assistance. Please ensure that you allow yourself plenty of time when responding to this Invitation to Tender prior to the closing date and time. The contracting authority undertake to use reasonable endeavours to hold confidential any information provided in the proposal submitted, subject to the contracting authority's obligations under law, including the Freedom of Information Act 2000. If the applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The contracting authority will then consider the sensitivity statement before replying to any request received under the Freedom of Information Act 2000.

Those invited to tender will be selected on the basis of the relevant EU public procurement directives and United Kingdom regulations as regards their financial standing, their technical capacity and ability, and other permitted grounds.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Precise information on deadline(s) for lodging appeals: Nottingham City Council, will incorporate a minimum 10 calendar days standstill period at the point information on the decision to award the contract is communicated to tenderers. This decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any technical specification, the identity of the successful tenderer(s) and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated within the standstill period. If an appeal or challenge regarding the decision to award the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have suffered harm or are at risk of harm by a breach of the procurement rules to take action in the High Court (England Wales and Northern Ireland). Any such action must be brought within 3 months (NB this time limit may be reduced to 30 days in circumstances where the contract award has been publicised to all participants in accordance with the Regulations). Where a legal challenge is launched against the award decision Nottingham City Council is obliged to suspend the making of the contract. Where a challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the court, but only where the court are satisfied that there has been a serious breach of the procurement rules.

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:
31.1.2014