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

Truro and Penwith College, Campus 3, Bodmin.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Truro + Penwith College
College Road
For the attention of: Director of Finance
TR1 3XX Truro
UNITED KINGDOM
Telephone: +44 1872267000
E-mail:

Internet address(es):

Electronic access to information: http://remote.truro-penwith.ac.uk/callywith/

Further information can be obtained from: Capita
Quays Office Park, Conference Avenue
For the attention of: Kelvin Bottle
BS20 7LZ Portishead
UNITED KINGDOM
Telephone: +44 1275840840
E-mail:
Internet address: http://remote.truro-penwith.ac.uk/callywith/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Capita
Quays Office Park, Conference Avenue
For the attention of: Kelvin Bottle
BS20 7LZ Portishead
UNITED KINGDOM
Telephone: +44 1275840840
E-mail:

Tenders or requests to participate must be sent to: Capita
Quays Office Park, Conference Avenue
For the attention of: Kelvin Bottle
BS20 7LZ Portishead
UNITED KINGDOM
Telephone: +44 1275840840
E-mail:

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
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:
Truro and Penwith College, Campus 3, Bodmin.
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: Bodmin, Cornwall.

NUTS code UKK3

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)

The project comprises the design and construction of a new College campus comprising approximately 11 000 m2 of accommodation in 4 buildings together with car-parking, site roads and a floodlight pitch. The project is partly dependent on external funding and therefore may be delivered in phases.

The procurement strategy is 2 stage design and build and the form of contract will be JCT Design and Build.
This advert is to invite responses from suitable main contractors only. No further pre-qualification documents will be issued. Responses to this advert will be marked and main contractors will be invited to submit a stage 1 bid. Following this exercise one contractor will be invited to join the project team as preferred contractor to assist with the subsequent design and the tendering of the works packages (stage 2).

Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at: http://www.myTenders.org/Search/Search_Switch.aspx?ID=162890

II.1.6)Common procurement vocabulary (CPV)

45214300

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:

Complete new College campus comprising approximately 11 000 m2 of accommodation in 4 buildings together with car-parking, site roads and a floodlight pitch. The project is partly dependent on external funding and therefore may be delivered in phases.

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 15.12.2015. Completion 1.2.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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:
Legal Entity.
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: (1) 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.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(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.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates to provide answers to the questions below in no more than 20 sides of A 4. This advert forms the pre-qualification questionnaire that will be marked to draw up the Stage 1 tender list. No further pre-qualification questionnaires will be issued.
1. Provide brief details of candidate indicating which office will provide the specified services.
2. Provide details of personnel available to undertake the design and management of the works with CV's.
3. Provide a method statement detailing how the candidate would approach the project, detailing any specific issues and how these would be addressed.
4. Provide details of how the candidate proposes to contribute to the design of the scheme and how the candidate intends to complete the stage 2 tender process.
5. Provide details of previous relevant projects undertaken within the last 5 years with dates.
6. Provide copies of insurances held (including PII) demonstrating a minimum cover of 10 000 000 GBP.
7. Provide details of quality assurance qualifications held and provide certificates.
8. Provide names and contact details of 3 referees.
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: Previous experience of individuals and company, financial stability, references.
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:
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
22.10.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.11.2015
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 likely to be funded from a number of sources which may include EU funds.
VI.3)Additional information
(MT Ref:162890).
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:
21.9.2015