Merseyside Fire and Rescue Service: Construction of a new Service Head Quarters for Lancashire Fire & Rescue Service

  Merseyside Fire and Rescue Service is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Construction of a new Service Head Quarters for Lancashire Fire & Rescue Service
Notice type: Contract Notice
Authority: Merseyside Fire and Rescue Service
Nature of contract: Works
Procedure: Restricted
Short Description: Lancashire Combined Fire Authority are inviting expressions of interest from suitably qualified and experienced contractors to be considered for inclusion on a select list of bidders to tender for the design and construction of a new 3 storey headquarters building. The Authority is currently in the process of implementing a masterplan of redevelopment for their Service Training Centre site at Washington Hall, Chorley. Detailed planning approval has already been gained for the construction of a number of buildings on the site inclusing a new fire station and fleet garage. The next stage of the site development is to construct a new head quarters building which will facilitate the relocation of staff from various locations and enable the demolition of current buildings at Washington Hall.
Published: 17/05/2013 15:55
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Lancashire: Construction work for buildings relating to law and order or emergency services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Lancashire Combined Fire Authority
      Garstang Road, Fulwood, Preston, Lancashire, PR2 3LH, United Kingdom
      Tel. +44 1772866910, Email: sharonmatthews@lancsfirerescue.org.uk, URL: www.lancsfirerescue.org.uk
      Contact: Procurement Department, Attn: Sharon Matthews
      Electronic Access URL: www.supply4nwfire.org.uk
      Electronic Submission URL: www.supply4nwfire.org.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Public Order and Safety

   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: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Construction of a new Service Head Quarters for Lancashire Fire & Rescue Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Design and Execution

         Region Codes: UKD4 - Lancashire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Construction work for buildings relating to law and order or emergency services. Lancashire Combined Fire Authority are inviting expressions of interest from suitably qualified and experienced contractors to be considered for inclusion on a select list of bidders to tender for the design and construction of a new 3 storey headquarters building. The Authority is currently in the process of implementing a masterplan of redevelopment for their Service Training Centre site at Washington Hall, Chorley. Detailed planning approval has already been gained for the construction of a number of buildings on the site inclusing a new fire station and fleet garage. The next stage of the site development is to construct a new head quarters building which will facilitate the relocation of staff from various locations and enable the demolition of current buildings at Washington Hall.
         
      II.1.6)Common Procurement Vocabulary:
         45216100 - Construction work for buildings relating to law and order or emergency services.
         

      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:
      Estimated value of construction contract excluding fixtures, fittings, IT installations, professional fee's and VAT.                  
         Estimated value excluding VAT:
         Range between: 5,000,000 and 12,000,000
         Currency: GBP
               
      
      II.2.2)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      
      Not Provided
   Information About Lots
               
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 parent company guarantee may be required under the building contract. Details will be set out in the contract tender.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Conditions and payment arrangements will be set out within the contract documentation. It is currently anticipated that the form of contract will be amended JCT 2011 with contractor's design. Proposed amendments will be included in the tender documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Details to be set out in the tender documentation
      
      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:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Details are set out in the Pre Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Details are set out in the Pre Qualification Questionnaire      
      III.2.4)Information about reserved contracts: Not Provided
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
   
   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: LFRS/T/07/13      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 26/06/2013
      Time-limit for receipt of requests for documents or for accessing documents: 16:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 28/06/2013
         Time: 16:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Lancashire:-Construction-work-for-buildings-relating-to-law-and-order-or-emergency-services./4YN58GP256

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4YN58GP256
GO-2013517-PRO-4813573 TKR-2013517-PRO-4813572
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Lancashire Combined Fire Authority
      Garstang Road, Fulwood, Preston, Lancashire, PR2 3LH, United Kingdom
      Tel. +44 1772866910, Email: sharonmatthews@lancsfirerescue.org.uk, URL: www.lancsfirerescue.org.uk

      VI.4.2)Lodging of appeals: Any appeals under this procedure should be addressed to the contact point noted in Section 1 of this contract notice in the first instance.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Lancashire Combined Fire Authority
      Garstang Road, Fulwood, Preston, Lancashire, PR2 3LH, United Kingdom
      Tel. +44 1772866910, Email: sharonmatthews@lancsfirerescue.org.uk, URL: www.lancsfirerescue.org.uk

   VI.5) Date Of Dispatch Of This Notice: 17/05/2013

ANNEX A

View any Notice Addenda

UK-Lancashire: Construction work for buildings relating to law and order or emergency services.

Section I: Contracting Authority
   Title: UK-Lancashire: Construction work for buildings relating to law and order or emergency services.
   I.1)Name, Addresses And Contact Point(s)
      Lancashire Combined Fire Authority
      Garstang Road, Fulwood, Preston, Lancashire, PR2 3LH, United Kingdom
      Tel. +44 1772866915, Email: angelahague@lancsfirerescue.org.uk, URL: www.lancsfirerescue.org.uk
      Contact: Procurement Department, Attn: Angela Hague
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Construction of a new Service Head Quarters for Lancashire Fire & Rescue Service
      II.1.2)Short description of the contract or purchase:
      Construction work for buildings relating to law and order or emergency services. Lancashire Combined Fire Authority are inviting expressions of interest from suitably qualified and experienced contractors to be considered for inclusion on a select list of bidders to tender for the design and construction of a new 3 storey headquarters building. The Authority is currently in the process of implementing a masterplan of redevelopment for their Service Training Centre site at Washington Hall, Chorley. Detailed planning approval has already been gained for the construction of a number of buildings on the site inclusing a new fire station and fleet garage. The next stage of the site development is to construct a new head quarters building which will facilitate the relocation of staff from various locations and enable the demolition of current buildings at Washington Hall.
      
      II.1.3)Common procurement vocabulary:
      45216100 - Construction work for buildings relating to law and order or emergency services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: LFRS/T/07/13      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 107690
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 97 - 165219 of 17/05/2013      
      IV.2.4)Date of dispatch of the original Notice: 17/05/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The contract has not been awarded.

      VI.4)Other additional information:      
      The Contracting Authority has taken a decision to postpone this project for a period of five years. If the project recommences at any time in the future a new EU procurement exercise will be under taken.
To view this notice, please click here:
https://www.supply4nwfire.org.uk/delta/viewNotice.html?noticeId=89942380
GO-2014226-PRO-5488975 TKR-2014226-PRO-5488974

      VI.5)Date of dispatch: 26/02/2014

View Award Notice