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

111305/TN - INReach - Project Embankment - Contractor Procurement.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

INReach (Birmingham) Limited
Planning and Regeneration, PO Box 16572, 1 Lancaster Circus Queensway
Contact point(s): Procurement and Supply Chain
For the attention of: c/o Tony Newberry, Procurement Project Director
B2 2GL Birmingham
UNITED KINGDOM
Telephone: +44 1212134825
E-mail:

Internet address(es):

General address of the contracting authority: http://www.sweettgroup.com

Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc

Further information can be obtained from: Sweett Group Ltd
41-45 Newhall Street
Contact point(s): Procurement and Supply Chain
For the attention of: Tony Newberry, Procurement Project Director
B3 3QR Birmingham
UNITED KINGDOM
Telephone: +44 1212134825
E-mail:
Internet address: http://www.sweettgroup.com

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sweett Group Ltd
41-45 Newhall Street
Contact point(s): Procurement and Supply Chain
For the attention of: Tony Newberry, Procurement Project Director
B3 3QR Birmingham
UNITED KINGDOM
Telephone: +44 1212134825
E-mail:
Internet address: http://www.sweettgroup.com

Tenders or requests to participate must be sent to: Sweett Group Ltd
41-45 Newhall Street
Contact point(s): Procurement and Supply Chain
For the attention of: Tony Newberry, Procurement Project Director
B3 3QR Birmingham
UNITED KINGDOM
Telephone: +44 1212134825
E-mail:
Internet address: http://www.sweettgroup.com

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
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:
111305/TN - INReach - Project Embankment - Contractor Procurement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
NUTS code
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 Embankment project comprises the completion of the design and construction of 92 new apartments for market rent at land off St. Vincent Street and Lighthorne Avenue, in Birmingham city centre. The works will include the site preparation, construction and will have a 12 months defects rectification period that will need excellent management for this high profile scheme that is estimated at 10 000 000 GBP+. It is intended that the proposed building would deliver 92 one and two bed apartments for rent in the form of a privately managed, purpose built, rental sector development (PRS).
The accommodation will comprise of 24 1-bed units and 68 2-bed units. The one bed apartments being approximately 42, 45 and 53 square metres and the two bedrooms being approximately 72 m². All the main bedroom sizes exceed the 12.6 square metres recommended in Places for Living. INReach wishes to procure a single contractor to perform the construction under the JCT form of contract.

Note: To register your interest in this notice and obtain any additional information please visit Intend Web Site at https://in-tendhost.co.uk/birminghamcc/aspx/Home

II.1.6)Common procurement vocabulary (CPV)

45210000, 45211000, 45211340, 45211100, 45211300

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:
A single contractor is to be procured.
Estimated value range between 10 000 000 to 12 000 000 Currency: 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: 18 (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:
A performance bond or guarantee may be required. Appropriate levels of Professional Indemnity insurances will also be required. Further information shall be provided in the tender documents.
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:
No legal form is required. If the candidate is a joint venture or consortium, the Contracting Authority shall require members to accept joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The contractor and supply chains will be required to participate in the achievements of social and / or environmental policy objectives relating to recruitment, training and supply chain initiatives. Accordingly contract performance conditions will relate to social and environmental considerations.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
A suitability questionnaire is provided with the Invitation to Tender.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
111305/TN
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: 11.12.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.12.2015 - 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
Duration in months: 6 (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: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High court of England and Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

High court of England and Wales
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Candidates are referred to the Public Contracts Regulations.
VI.4.3)Service from which information about the lodging of appeals may be obtained

The Cabinet Office c/o Efficiency and Reform Group
Rosebury Court, St Andrews Business Park
NR7 OHS Norwich
UNITED KINGDOM
Telephone: +44 8450004999

VI.5)Date of dispatch of this notice:
3.11.2015