Axis is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Procurement of a contractor to design and build new office buildings at Axis Square Redevelopment, Birmingham |
Notice type: | Contract Notice |
Authority: | Axis |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Axis Square, Birmingham is a high quality office-led development, which will also include retail and public space that is set to transform a 1.68ha city centre site. The scheme has received outline planning permission, with detailed permission granted in January 2017 for Building 1, the first of four office buildings on the site. Further details of the scheme and the applications can be found under references 2016/09735/PA and 2017/01882/PA on Birmingham City Council’s Planning ePortal. London & Continental Railways Ltd (LCR) is seeking to procure a main contractor to complete the design and construction of Building 1 (19,500m2 NIA of office space over 9 storeys) planned to start on site in early 2019, together with the design and construction of Building 4 (18,800 m2 NIA of office space over 13 storeys). The scope of Phase 1 will also include development plot earthworks, new utility services, drainage and landscaping works and, potentially, the demolition of the existing Axis House. |
Published: | 04/12/2017 09:23 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
London & Continental Railways Limited
One Kemble Street, London, WC2B 4AN, United Kingdom
Tel. +44 2075444000, Email: Dimitri.Hadjidakis@turntown.co.uk
Contact: Dimitri Hadjidakis
Main Address: http://www.lcrhq.co.uk/
NUTS Code: UKI31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./ZF5JR555C9
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./ZF5JR555C9 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement of a contractor to design and build new office buildings at Axis Square Redevelopment, Birmingham
Reference Number: N201700008
II.1.2) Main CPV Code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Axis Square, Birmingham is a high quality office-led development, which will also include retail and public space that is set to transform a 1.68ha city centre site. The scheme has received outline planning permission, with detailed permission granted in January 2017 for Building 1, the first of four office buildings on the site. Further details of the scheme and the applications can be found under references 2016/09735/PA and 2017/01882/PA on Birmingham City Council’s Planning ePortal.
London & Continental Railways Ltd (LCR) is seeking to procure a main contractor to complete the design and construction of Building 1 (19,500m2 NIA of office space over 9 storeys) planned to start on site in early 2019, together with the design and construction of Building 4 (18,800 m2 NIA of office space over 13 storeys).
The scope of Phase 1 will also include development plot earthworks, new utility services, drainage and landscaping works and, potentially, the demolition of the existing Axis House.
II.1.5) Estimated total value:
Value excluding VAT: 150,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45000000 - Construction work.
70000000 - Real estate services.
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance:
UKG31 Birmingham
II.2.4) Description of procurement: LCR is seeking to procure a main contractor to deliver a 2-stage design and build contract for Phase 1 of the development, which will consist of the design and construction of Building 1, together with the design and construction of Building 4. The phasing of Building 4 will be determined primarily by lettings for the space and is likely to range from contemporaneous with Building 1 to sequential, following the completion of Building 1.
The employer’s requirements, which will be available to tenderers shortlisted via this procedure, include Building 1 designs to RIBA Stage 2+ and Building 4 to RIBA Stage 2. It is LCR’s intention that the successful tenderer will work with LCR’s appointed design team to complete the designs to RIBA Stage 4 under a Pre-Construction Service Agreement and reach agreement in respect of programme and price to deliver the Phase 1 buildings.
The overall scheme, planned in one or more future phases and consisting of a further two buildings (circa 23 and 6 storeys) and a retail pavilion, will deliver circa 90,000 m2 of NIA and a significant public square and open space.
Further details on planned timescales for the project are included in the SQ. The intent is to appoint a contractor in May 2018, reach agreement in late 2018, start on site in February 2019, with Building 1 occupation planned for April 2021.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 150,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 5
Objective criteria for choosing the limited number of candidates: Criteria and weighting stated in the Selection Questionnaire.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/01/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/02/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Candidates wishing to express an interest must complete a selection questionnaire and submit this before the closing date and time set out in Section V.2.2. The selection questionnaire is set out within the procurement documents which can be accessed via the link in Section I.1.
Submitting a response to this notice does not guarantee that a candidate will be invited to tender.
LCR may terminate or suspend the award process at any time without incurring any cost or liability.
LCR does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of this notice or the procedures envisaged by it. LCR will not be liable in any way to any candidate or tenderer for any costs incurred in connection with this procurement process.
LCR reserves the right to disqualify any candidate who provides information or confirmations which later prove to be untrue or incorrect; does not supply the information required by this notice or by the selection questionnaire or as otherwise directed by LCR during the procurement process; or fulfils any 1 or more of the criteria stated in the selection questionnaire (including Regulation 57 of the Public Contracts Regulations 2015).
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./ZF5JR555C9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZF5JR555C9
VI.4) Procedures for review
VI.4.1) Review body:
London & Continental Railways Limited
One Kemble Street, 4th Floor, London, WC2B 4AN, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Part 3 of the Public Contracts Regulations 2015 (as amended) addresses the remedies available to economic operators. LCR will incorporate a minimum of ten (10) calendar days standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any contract pursuant to this notice.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 04/12/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
London & Continental Railways Limited
One Kemble Street, London, WC2B 4AN, United Kingdom
Tel. +44 2075444000, Email: Dimitri.Hadjidakis@turntown.co.uk
Contact: Dimitri Hadjidakis
Main Address: http://www.lcrhq.co.uk/
NUTS Code: UKI31
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: managing, developing and disposing of public sector property assets
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Procurement of a contractor to design and build new office buildings at Axis Square Redevelopment, Birmingham
Reference number: N201700008
II.1.2) Main CPV code:
45000000 - Construction work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: This award is for a pre-construction services contract, the first-stage of the procurement for the Axis Square, Birmingham which is a high quality office-led development, which will also include retail and public space that is set to transform a 1.68 ha city centre site.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 150,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45000000 - Construction work.
70000000 - Real estate services.
71000000 - Architectural, construction, engineering and inspection services.
II.2.3) Place of performance
Nuts code:
UKG31 - Birmingham
Main site or place of performance:
Birmingham
II.2.4) Description of the procurement: LCR has procured a main contractor to deliver a 2-stage design and build contract for Phase 1 of the development, which will consist of the design and construction of Building 1, together with the design and construction of Building 4.
LCR has procured the successful tenderer to work with LCR’s appointed design team to complete the designs to RIBA Stage 4 under a Pre-Construction Service Agreement and reach agreement in respect of programme and price to deliver the Phase 1 buildings.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2017/S 236-489026
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: N201700008
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 11/06/2018
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Wates Construction Limited
11 Ridgeway, Quinton Business Park, Birmingham, B32 1AF, United Kingdom
Tel. +44 1214232323
Internet address: www.wates.co.uk
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 150,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: A Pre-Construction Services Contract has been awarded as the first-stage of the two-stage design & build procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=326590945
VI.4) Procedures for review
VI.4.1) Review body
London & Continental Railways Limited
One Kemble Street, 4th Floor, London, WC2B 4AN, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Part 3 of the Public Contracts Regulations 2015 (as amended) addresses the remedies available to economic operators. LCR will incorporate a minimum of ten (10) calendar days standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any contract pursuant to this notice.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 12/06/2018