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

Down District Council - Proposed Down Leisure Centre - Appointment of Main Contractor.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Down District Council
Downshire Civic Centre, Downshire Estate, Ardglass Road
Contact point(s): Estates Department
BT30 6GQ Downpatrick
UNITED KINGDOM
Telephone: +44 2844610800
E-mail:

Internet address(es):

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

Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1815

Further information can be obtained from: Down District Council
Downshire Civic Centre, Downshire Estate, Ardglass Road
Contact point(s): Estates Depatment
BT30 6GQ Downpatrick
UNITED KINGDOM
Telephone: +44 2844610800
E-mail:
Internet address: www.downdc.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Down District Council
Downshire Civic Centre, Downshire Estate, Ardglass Road
Contact point(s): Estates Management
BT30 6GQ Downpatrick
UNITED KINGDOM
Telephone: +44 2844610800
E-mail:
Internet address: www.downdc.gov.uk

Tenders or requests to participate must be sent to: Down District Council
Downshire Civic Centre, Downshire Estate, Ardglass Road
Contact point(s): Clerk and Chief Executive
For the attention of: John Dumigan
BT30 6GQ Downpatrick
UNITED KINGDOM
Telephone: +44 2844610800
Internet address: www.downdc.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:
Down District Council - Proposed Down Leisure Centre - Appointment of Main Contractor.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Downpatrick, Co. Down. Northern Ireland.

NUTS code UKN03

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)
Tender
RF/1560: Appointment of a main contractor for down leisure centre, Downpatrick, Co Down.
Down District Council as part of its on-going Recreation and Leisure Development programme proposes to create a new Leisure Centre, which is located at Market Street, Downpatrick. The project comprises the demolition and re-construction of Down Leisure Centre.
Down District Council is inviting applications from contractors to be added to a Select List of Contractors for the above works.
Contractors must be registered with Constructionline or a body who carries out the equivalent certification function and have documented health and safety management systems that have been accredited by a third party.
The preliminary estimated construction cost for the project is approximately GBP: 14,000,000.
For a digital copy of the PQQP documents can be obtained by emailing:

quoting the above reference.
Down District Council is not obliged to accept the lowest or any Tender.

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=112219.

II.1.6)Common procurement vocabulary (CPV)

45212200

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:
Estimated value excluding VAT: 14 000 000 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

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:
Interim Payments.
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: 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) 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.
(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.
(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.
(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.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(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.
(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.
(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.
(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 ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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:
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(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.
(3) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
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: 6
Objective criteria for choosing the limited number of candidates: Experience as Lead Contractor.
Project Organisation and Methodology for delivery of this project.
Experience of Build quality.
Experience of NEC 3 Form of Contract.
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:
RF/1560
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
7.4.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
1.8.2014
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
VI.3)Additional information
(MT Ref:112219).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Down District Council
Downshire Civic Centre, Downshire Estate, Ardglass Road
BT30 6GQ Downpatrick
UNITED KINGDOM
E-mail:
Telephone: +44 2844610800
Internet address: www.downdc.gov.uk

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:
5.2.2014