University of Bath is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | 4 East South Building Main Contractor |
Notice type: | Contract Notice |
Authority: | University of Bath |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Expressions of Interest are sought for an academic project of circa 5000-7000m2 at the south-eastern area of the campus. The building is likely to be either 4 or 5 storeys and be a mix of flexible open plan studio space, research hubs / offices and a computer machine room (which will incorporate a water based server cooling system) together with ancillary areas and associated landscaping and external works. The scheme will be subject to financial and planning approval. Expressions of interest are invited from firms with a proven track record for delivering high quality facilities to programme and budget. The form of contract will be GC works 1 D&B, single stage, with tenders issued at RIBA stage E, E+, with the University's Architect and Structural Engineer novated to the main contractor. The anticipated value is in the order of £10,000,000 - £16,000,000. The programme is expected to be; Start on site April / May 2014 (subject to planning) with completion for occupation no later than September 2015. |
Published: | 18/12/2013 14:48 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Bath
Procurement, Wessex House 6.43, Claverton Down, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939, Fax. +44 1225386166, Email: h.passmore@bath.ac.uk
Contact: See Section VI.3 Additional Information, Attn: Mrs Helen Passmore
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:
Body governed by public law
I.3) Main activity:
Education
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: 4 East South Building Main Contractor
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Building construction work. Expressions of Interest are sought for an academic project of circa 5000-7000m2 at the south-eastern area of the campus. The building is likely to be either 4 or 5 storeys and be a mix of flexible open plan studio space, research hubs / offices and a computer machine room (which will incorporate a water based server cooling system) together with ancillary areas and associated landscaping and external works. The scheme will be subject to financial and planning approval. Expressions of interest are invited from firms with a proven track record for delivering high quality facilities to programme and budget. The form of contract will be GC works 1 D&B, single stage, with tenders issued at RIBA stage E, E+, with the University's Architect and Structural Engineer novated to the main contractor.
The anticipated value is in the order of £10,000,000 - £16,000,000.
The programme is expected to be; Start on site April / May 2014 (subject to planning) with completion for occupation no later than September 2015.
II.1.6)Common Procurement Vocabulary:
45210000 - Building construction work.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Not Provided
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:
As per Tender Documentation
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be in GBP via electronic bank transfer UK-BACS
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
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
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:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
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:
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: UoBath/Proc/184
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 29/01/2014
Time: 12:00
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: Not Provided
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-Bath:-Building-construction-work./Z2DH7UB8AT
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z2DH7UB8AT
GO-20131218-PRO-5342913 TKR-20131218-PRO-5342912
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
Body responsible for mediation procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.5) Date Of Dispatch Of This Notice: 18/12/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Bath: Building construction work.
I.1)Name, Addresses and Contact Point(s):
University of Bath
Procurement, Wessex House 6.43, Claverton Down, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939, Fax. +44 1225386166, Email: h.passmore@bath.ac.uk
Contact: See Section VI.3 Additional Information, Attn: Mrs Helen Passmore
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Education
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: 4 East South Building Main Contractor
II.1.2)Type of contract and location of works:
WORKS
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
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):
Building construction work. This is an AWARD Notice for the University of Bath requirement for an academic building.
II.1.5)Common procurement vocabulary:
45210000 - Building construction work.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
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: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality/Team/Programme - 60
Price - 40
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: UoBath/Proc/184
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 247 - 429963 of 20/12/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 22/09/2014
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Bouygues UK Ltd
Postal address: Beaufort Court, Beaufort Office Park, Woodlands, Bradley Stoke
Town: Bristol
Postal code: BS32 4ND
Country: United Kingdom
V.4)Information On Value Of Contract
Total final value of the contract
Value: 16,030,427
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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: Not Provided
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=113971159
GO-2014924-PRO-6033738 TKR-2014924-PRO-6033737
VI.3.1)Body responsible for appeal procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
Body responsible for mediation procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.4)Date Of Dispatch Of This Notice: 24/09/2014