Sporting complex at Ystrad Mynach Old Hospital.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Caerphilly County Borough Council
Procurement Services, Penallta House, Tredomen Park, Ystrad Mynach
For the attention of: Mr Christopher Davidge
CF82 7PG Hengoed
UNITED KINGDOM
Telephone: +44 1443863063
E-mail:
Fax: +44 1443863167

Internet address(es):

General address of the contracting authority: http://www.caerphilly.gov.uk

Address of the buyer profile: http://www.caerphilly.gov.uk/site.aspx?s=n7CheuMhC0IWar2sIP9WijMbIIgI2cKre518d7MDgKU=

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:
Sporting complex at Ystrad Mynach Old Hospital.
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: Ystrad Mynach Old Hospital, Caerphilly.

NUTS code UKL15

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 Authority intends to construct a multi million pound sporting complex on the site of Ystrad Mynach, Old Hospital, Caerphilly, estimated value 5 000 000 GBP.
The development consists of construction of two third generation rugby and football pitches, 2 seated stands (both 500 number seated capacity) and 2 terracing stands (both 100 number capacity), floodlights and parking for circa 170 number of cars and two coaches.
A sports building is to be constructed, to include an internal fit-out and will encompass a gym, changing rooms, analysis rooms, conferencing and community facilities.
It is anticipated that the scheme will be completed during 2013 and in order to achieve this timescale the Authority is working towards the commencement of construction September / October 2012.
The Authority is holding a 'Supplier Awareness Session' on 17.4.2012 to engage relevant contractors for this contract opportunity. The Authority will use the session to outline the project requirements and procurement process including support available to suppliers.
It should be noted that responding to this notice does not place any supplier in an advantageous position, and no advantage is to be gained by taking part.

Please note that it may not be possible to accommodate all expressions to attend the Supplier Awareness Session due to capacity restrictions therefore the Authority will be limiting the invitation to only 2 representatives per organisation. Interested contractors are requested to express their interest to attend the session via e-mail to Natasha Ford - Supplier Relationship Officer, e-mail: , further details regarding this event will then be circulated in due course to those contractors registered.

An Official Journal of the European Union (OJEU) restricted procurement process will be undertaken in accordance with EU Procurement Directives and the Authority's Standing Orders for Contracts.
Please refer to the pre-qualification questionnaire (PQQ) for further details.
Community Benefits apply to this contract, further details: the Authority is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, the requirement to do so will be part of the award criteria for this tender as a core requirement. The successful contractor will be expected to consider opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this project, and contractual obligations and/or performance indicators may be introduced to this effect.
II.1.6)Common procurement vocabulary (CPV)

45212200, 45212000, 45212210, 45212221, 31518100, 80500000, 79600000, 80530000, 80570000, 45200000, 45210000, 45220000, 45262660, 45111000

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:
The works and services will be carried out under the terms and conditions of, the NEC3 Suite of contract documents, third edition, first published in June 2005 by Thomas Telford Ltd for the Institution of Civil Engineers, using the NEC 3 engineering and construction contract main options A - priced contract with activity schedule.
Please refer to the pre-qualification questionnaire (PQQ) for further details.
Estimated value excluding VAT:
Range: between 4 500 000,00 and 5 000 000,00 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
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 Contracting Authority reserves the right to require deposits, guarantees, parent company guarantees, bonds or other forms of security which it considers appropriate at the relevant time. Full details will be made available in the supporting tender documentation. As set out in Regulation 23 - 26 of the UK Public Contract Regulations 2006 as amended.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments in accordance with the contract provisions.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability and/or provision of a suitable prime contractor or formation of a joint venture or limited company to act as the project vehicle. The Contracting Authority welcomes bids from companies or from consortia/joint ventures. However, legal entities must be formed before entering into or as a term of the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Specific conditions of contract will be made available at invitation to tender stage and will be detailed within the invitation to tender documentation.
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: (a) Is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who 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 for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) Has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(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 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 those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
Will be detailed in a pre-qualification questionnaire and are as set out in Regulations 23 of the UK Public Contracts Regulations 2006 as amended.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Will be detailed in a pre-qualification questionnaire and are as set out in Regulations 24 of the UK Public Contracts Regulations 2006 as amended.
Minimum level(s) of standards possibly required: The Authority will use the DUNS number to obtain a D&B; "failure score” taking into account the "risk indicator score” and "financial strength code”. The thresholds set are as follows: "risk indicator score of 1, 2 or 3” and "financial strength code of 3 A and above”.
Please note if tendering as a Consortia bid, please provide the lead Consortia D&B; Dun & Bradstreet DUNS registration number. The Authority will request each D&B; reports on day of the PQQ submission. The scores detailed within these reports obtained will be used to assess the above thresholds.
The Authority will only select a contractor to tender if it holds Employer’s Liability and Public Liability insurance to the value of &10 000 000 GBP or above (as required by legislation) from a reputable provider with appropriate financial strength.
Contractors must meet the minimum financial threshold as set out in the pre-qualification questionnaire (PQQ). Contractors who fail to meet the minimum financial threshold will be excluded from further consideration and their tenders will not be evaluated by application of the selection criteria.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) A list of works carried out over the last 5 years with certificates of satisfaction;
(b) A list of principal deliveries effected or services provided in the last 3 years and evidence of delivery;
(c) An indication of technicians or technical bodies involved;
(d) A description of technical facilities and measures used to ensure quality;
(e) Educational and professional qualifications of the supplier and staff responsible for performing the contract;
(f) Where appropriate, an indication of the environmental management measures that would be applied when performing the contract;
(g) A statement of average annual manpower and number of staff in the last 3 years;
(i) Details of any intended sub-contracting arrangements;
(j) Where appropriate, samples, descriptions and photographs of products and quality assurance certificates.
Will be detailed in a pre-qualification questionnaire and are as set out in Regulations 25 of the UK Public Contracts Regulations 2006 as amended.
Minimum level(s) of standards possibly required:
Bidders must meet the minimum technical threshold as set out in the PQQ. Contractors who fail to meet the minimum technical threshold will be excluded from further consideration and their tenders will not be evaluated by application of the selection criteria.
Contractors will need to operate in accordance with a quality management system that is certified by a UKAS-accredited (or national equivalent) third party against ISO 9001 or an equivalent standard.
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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: 1
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
CCBC/TH962/CD/11
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
15.5.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
16.4.2012
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 tenders

Place:

Penallta House, Tredomen Park, Ystrad Mynach, Hengoed CF82 7PG, UNITED KINGDOM.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised Officers in Caerphilly County Borough Council in line with Authority standing orders for Contracts.

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
Interested parties may use their Constructionline accreditation to demonstrate appropriate elements of the pre-qualification criteria as set out in the PQQ, providing that the Constructionline accreditation is deemed to be an active supplier status. Constructionline is the UK Governmentnational pre-qualification register for construction contractors.
Existing Constructionline members will need to supply their registration number and complete the supplementary questions on the PQQ.
Non-members of Constructionline are encouraged to register, as it will simplify the pre-qualification process. Non - members of Constructionline will be required to complete the full questionnaire.
The Authority will undertake this scheme via an e-tendering system. The Authority uses the Proactis Plaza Supplier Directory to hold a record of companies who have expressed an interest in supplying goods and/or services to the Authority.
Registered contractors are required to enter details of their business categories by selecting relevant CPV (common procurement vocabulary) codes.
The database gives registered companies exposure to Officers who may be looking for suitable suppliers to invite to bid for tender opportunities.
To become registered on our supplier directory database, please visit the Authority's web site via the following link:

http://www.caerphilly.gov.uk/site.aspx?s=6eKKgN1oWTy/ootQmfugWDsIPNrpzPVDE2dpcACkFcY=

For further information on the supplier directory contact:

Natasha Ford - Supplier Relationship Officer, tel: +44 1443863075, e-mail: or Rebecca Francombe - Administrative Assistant, tel: +44 1443863161, e-mail: .

A document is available on the link above which provides you with a step-by-step guide on how to complete the registration process.
Once registered, you must also 'express an interest' in tendering for this scheme which is separate for registering interest in the Supplier Awareness Session as you must be registered on the Proactis Plaza Supplier Directory in order for you to be invited to submit any bids for tender opportunities.
The Authority shall not be responsible for any costs, charges or expenses incurred by contractors and no liability is accepted for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed. The Authority reserves the right to not award any or part of this proposed contract.
Contractors are advised that the Authority is subject to the Freedom of Information Act 2000 (the Act). If a contractor considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The Authority shall take such statements into consideration in the event that it receives a request pursuant to the Act, which relates to the information provided by the interested party. However, if the information is requested the Authority may be forced to disclose such documentation, irrespective of a contractors wishes. Please note it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
Buy4Wales Reference Number: 29882.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Internal complaint procedure of the contracting authority can be made via the contact point in Section i1
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate into the procurement timetable a minimum 10 calendar day standstill period starting from the date when the award decision notification is dispatched to bidders. This period allows unsuccessful tenderers to seek further de-briefing from the Authority before the particular contract is entered into. Applicants have until midnight of the 2nd working day of the standstill period for their additional debriefing requests to reach the relevant Authority. A response to such a request must be provided to the tenderer by a minimum of 3 working days before the expiry of the standstill period. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006 No.5) provide for the aggrieved parties who have been, or are at risk of, harm by a breach of the procurement rules to bring an action in the High Court. Any such action must be brought promptly and in any event within 30 days of the date when the grounds of complaint first arose. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into, the court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Court to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.4.2012