South Norfolk Council: Wymondham Leisure Centre alterations, extensions and refurbishment

  South Norfolk Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Wymondham Leisure Centre alterations, extensions and refurbishment
Notice type: Contract Notice
Authority: South Norfolk Council
Nature of contract: Works
Procedure: Accelerated restricted
Short Description: 2 stage Design and Build, novated design team at stage 1 appointment. ITT to include Employers Requirements and Stage 1 enquiry. Proposed novated team:- Architects - Saunders Boston (appointed from inception to date). Mechanical and Electrical Consultants - (in process of being appointed) Structural and Civil engineers (proposals received under evaulation). Client side team:-CDMC - Robert Stone Architects. Project Management/Employers agent and Cost Management - REAL Consulting. Extensions and internal alterations to existing Leisure Centre to provide:- New sports hall floor and school change - New 2 storey fitness suite - Refurbish wet 'village change' - Minor works to pool hall to include redecoration, removal of existing spa bath and segregation of poolside seating - Internal alterations to create spa treatment facility including change and heat treatments - External works to main entrance
Published: 19/02/2015 14:05
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-Norwich: Construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      South Norfolk Council
      Swan House, Swan Lane, Long Stratton, Norwich, NR15 2XE, United Kingdom
      Tel. +44 508533645, Fax. +44 508533695, Email: msaunders@s-norfolk.gov.uk, URL: http://south-norfolk.gov.uk
      Contact: The Procurement Team, Attn: Michelle Saunders
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      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:
      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: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Wymondham Leisure Centre alterations, extensions and refurbishment
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Region Codes: UKH - EAST OF ENGLAND         
      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. 2 stage Design and Build, novated design team at stage 1 appointment. ITT to include Employers Requirements and Stage 1 enquiry. Proposed novated team:- Architects - Saunders Boston (appointed from inception to date). Mechanical and Electrical Consultants - (in process of being appointed) Structural and Civil engineers (proposals received under evaulation). Client side team:-CDMC - Robert Stone Architects. Project Management/Employers agent and Cost Management - REAL Consulting. Extensions and internal alterations to existing Leisure Centre to provide:- New sports hall floor and school change - New 2 storey fitness suite - Refurbish wet 'village change' - Minor works to pool hall to include redecoration, removal of existing spa bath and segregation of poolside seating - Internal alterations to create spa treatment facility including change and heat treatments - External works to main entrance
         
      II.1.6)Common Procurement Vocabulary:
         45000000 - Construction work.
         

      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:
      The Council will be applying an explicit affordability test for the project in the Invitation To Tender (ITT) Document Set.                  
         Estimated value excluding VAT:
         Range between: 3,000,000 and 5,000,000
         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      
         Starting: 01/06/2015
         Completion: 31/03/2016

   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:
      Depending on the financial status of the bidders, the Council may require a Parent Company Guarantee.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      There will be technical Key Performance Indicators relating to quality and timing of completion of works.      
   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:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
         Justification for the choice of accelerated procedure: No PQQ required. Contractor to be on site 12.6.2015      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   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: Not Provided      
      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: 05/03/2015
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/03/2015
         Time: 12:00      
      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-Norwich:-Construction-work./87CR5JW8W4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/87CR5JW8W4
GO-2015219-PRO-6379598 TKR-2015219-PRO-6379597
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 19/02/2015

ANNEX A

View any Notice Addenda

Wymondham Leisure Centre alterations, extensions and refurbishment

UK-Norwich: Construction work.

Section I: Contracting Authority
   Title: UK-Norwich: Construction work.
   I.1)Name, Addresses And Contact Point(s)
      South Norfolk Council
      Swan House, Swan Lane, Long Stratton, Norwich, NR15 2XE, United Kingdom
      Tel. +44 508533645, Fax. +44 508533695, Email: msaunders@s-norfolk.gov.uk, URL: http://south-norfolk.gov.uk
      Contact: The Procurement Team, Attn: Michelle Saunders
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Wymondham Leisure Centre alterations, extensions and refurbishment
      II.1.2)Short description of the contract or purchase:
      Construction work. 2 stage Design and Build, novated design team at stage 1 appointment. ITT to include Employers Requirements and Stage 1 enquiry. Proposed novated team:- Architects - Saunders Boston (appointed from inception to date). Mechanical and Electrical Consultants - (in process of being appointed) Structural and Civil engineers (proposals received under evaulation). Client side team:-CDMC - Robert Stone Architects. Project Management/Employers agent and Cost Management - REAL Consulting. Extensions and internal alterations to existing Leisure Centre to provide:- New sports hall floor and school change - New 2 storey fitness suite - Refurbish wet 'village change' - Minor works to pool hall to include redecoration, removal of existing spa bath and segregation of poolside seating - Internal alterations to create spa treatment facility including change and heat treatments - External works to main entrance
      
      II.1.3)Common procurement vocabulary:
      45000000 - Construction work.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Accelerated Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 152950
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 19/02/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: IV.3.3
            
            Instead of: 5.3.2015
            
            Read: 9.3.2015
            
            Place of text to be modified: IV.3.4
            
            Instead of: 16.3.2015 12:00
            
            Read: 16.3.2015 @14:00

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=132281740
GO-2015227-PRO-6401524 TKR-2015227-PRO-6401523

      VI.5)Date of dispatch: 27/02/2015

View Award Notice

UK-Norwich: Construction work.

Section I: Contracting Authority
   Title: UK-Norwich: Construction work.
   I.1)Name, Addresses and Contact Point(s):
      South Norfolk Council
      Swan House, Swan Lane, Long Stratton, Norwich, NR15 2XE, United Kingdom
      Tel. +44 508533645, Fax. +44 508533695, Email: msaunders@s-norfolk.gov.uk, URL: http://south-norfolk.gov.uk
      Contact: The Procurement Team, Attn: Michelle Saunders
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   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: Wymondham Leisure Centre alterations, extensions and refurbishment      
      II.1.2)Type of contract and location of works:
         WORKS
         Region Codes: UKH - EAST OF ENGLAND         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Construction work. 2 stage Design and Build, novated design team at stage 1 appointment. ITT to include Employers Requirements and Stage 1 enquiry. Proposed novated team:- Architects - Saunders Boston (appointed from inception to date). Mechanical and Electrical Consultants - (in process of being appointed) Structural and Civil engineers (proposals received under evaulation). Client side team:-CDMC - Robert Stone Architects. Project Management/Employers agent and Cost Management - REAL Consulting. Extensions and internal alterations to existing Leisure Centre to provide:- New sports hall floor and school change - New 2 storey fitness suite - Refurbish wet 'village change' - Minor works to pool hall to include redecoration, removal of existing spa bath and segregation of poolside seating - Internal alterations to create spa treatment facility including change and heat treatments - External works to main entrance
      II.1.5)Common procurement vocabulary:
         45000000 - Construction work.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 50
         Price - 50
         
      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: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 11/04/2015      
      V.2) Information About Offers
         Number Of Offers Received: 6          
         Number Of Offers Received By Electronic Means: 6       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Kier Construction Eastern
         Postal address: 1st Floor Building 7400, Cambridge Research Park, Waterbeach
         Town: Cambridge
         Postal code: CB25 9TN
         Country: United Kingdom
         Email: mark.rowney@kier.co.uk
         Telephone: +44 1223205900
         Fax: +44 1223205999
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 195,157
            Currency: GBP

      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=140600001
GO-2015414-PRO-6519918 TKR-2015414-PRO-6519917   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 14/04/2015