John Simons: Friars Mill Leicester – Redevelopment Project (TAN0034)

  John Simons is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Friars Mill Leicester – Redevelopment Project (TAN0034)
Notice type: Contract Notice
Authority: John Simons
Nature of contract: Works
Procedure: Restricted
Short Description: Leicester City Council is seeking design and build contractors to undertake the FRIARS MILL LEICESTER – REDEVELOPMENT PROJECT Friars Mill is a group of historic industrial buildings sitting on the bank of the River Soar a few minutes’ walk from Leicester City Centre. The buildings date from the late 1700’s and are understood to be some of the oldest textile factory buildings in the City. The site is of great heritage importance and the buildings are individually Listed, Grade II. The Council acquired the site at the end of 2012 in a very poor state of repair; a number of the buildings have been subject to significant fire damage and subsequent water ingress. The Council has since secured support from the European Regional Development Fund to undertake the sympathetic restoration of the buildings and to convert them to 15 managed workspace units and associated common areas for small, high value-added businesses. This project is ERDF (European Regional Development Fund) funded so all rules regarding ERDF need to be complied with. This includes but is not limited to complying with ERDF National Procurement Requirements (ERDF-GN-1-004).
Published: 29/01/2014 15:49
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-LEICESTER: Construction work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      B Block, 6th Floor, New Walk Centre, Welford Place, LEICESTER, LE1 6ZG, United Kingdom
      Tel. +44 1164544024, Email: seamus.hayes@leicester.gov.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:
      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: Friars Mill Leicester – Redevelopment Project (TAN0034)
      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: UKF21 - Leicester         
      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. Building construction work. Urban development construction work. Construction work for buildings relating to leisure, sports, culture, lodging and restaurants. Construction work for art and cultural buildings. Historical monument or memorial construction work. Construction work for commercial buildings. Demolition, site preparation and clearance work. Demolition work. Refurbishment work. Construction, foundation and surface works for highways, roads. Buildings of particular historical or architectural interest. Architectural and related services. Leicester City Council is seeking design and build contractors to undertake the FRIARS MILL LEICESTER – REDEVELOPMENT PROJECT

Friars Mill is a group of historic industrial buildings sitting on the bank of the River Soar a few minutes’ walk from Leicester City Centre. The buildings date from the late 1700’s and are understood to be some of the oldest textile factory buildings in the City. The site is of great heritage importance and the buildings are individually Listed, Grade II.

The Council acquired the site at the end of 2012 in a very poor state of repair; a number of the buildings have been subject to significant fire damage and subsequent water ingress. The Council has since secured support from the European Regional Development Fund to undertake the sympathetic restoration of the buildings and to convert them to 15 managed workspace units and associated common areas for small, high value-added businesses.

This project is ERDF (European Regional Development Fund) funded so all rules regarding ERDF need to be complied with. This includes but is not limited to complying with ERDF National Procurement Requirements (ERDF-GN-1-004).
         
      II.1.6)Common Procurement Vocabulary:
         45000000 - Construction work.
         
         45210000 - Building construction work.
         
         45211360 - Urban development construction work.
         
         45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
         
         45212300 - Construction work for art and cultural buildings.
         
         45212314 - Historical monument or memorial construction work.
         
         45213100 - Construction work for commercial buildings.
         
         45111000 - Demolition, site preparation and clearance work.
         
         45111100 - Demolition work.
         
         45453100 - Refurbishment work.
         
         45233000 - Construction, foundation and surface works for highways, roads.
         
         45212350 - Buildings of particular historical or architectural interest.
         
         71200000 - Architectural and related 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:
      Works comprise the following:

Proposed works for FRIARS MILL LEICESTER – REDEVELOPMENT PROJECT

• The repair and refurbishment of the Friars Mill, Boiler House, Pump House, Bath Lane Mill and Cottages buildings, including brickwork, timber, window and roofing repairs. This will include the complete rebuilding of the Friars Mill roof with traditional construction methods to match its historic form. It will also include the rebuilding of the chimney to its historic form but with modern construction methods.
• The construction of internal walls, joinery and servicing to provide managed workspace units and accompanying service spaces (WCs, kitchenettes etc) together with the construction of a café and small kitchen within the Boiler House.
• The construction of a new circulation core connected to Friars Mill.
• The retention of the façade of the Bath Lane Cottages and the construction of new internal walls, floors and roof, with the construction of a new extension.
• The construction of associated landscaping works, including sustainable urban drainage system, boundary walls and fences, car parking, construction of a bike store, substation and external lighting , paving and soft landscaping.         
         Estimated value excluding VAT: 6,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 15 (from the award of the contract)

   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:
      The provision of appropriate guarantees, warranties and bonds is reserved.
      
      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: 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         
         
         Information and formalities necessary for evaluating if requirements are met:
         AS PER THE TENDER DOCUMENTATION.      
      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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TAN0034      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      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: 04/03/2014
         Time: 16:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 14/04/2014      
      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: Yes
      Reference to project(s) and/or programme(s): This project is ERDF (European Regional Development Fund) funded so all rules regarding ERDF need to be complied with. This includes but is not limited to complying with ERDF National Procurement Requirements (ERDF-GN-1-004).       
   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-LEICESTER:-Construction-work./H7F9M3NSBM

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H7F9M3NSBM
GO-2014129-PRO-5423015 TKR-2014129-PRO-5423014
   
   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: 29/01/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-LEICESTER: Construction work.

Section I: Contracting Authority
   Title: UK-LEICESTER: Construction work.
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      City Hall, 115 Charles Street, LEICESTER, LE1 1FZ, United Kingdom
      Tel. +44 1164544024

   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: Friars Mill Leicester – Redevelopment Project (TAN0034)      
      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: UKF21 - Leicester         
      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. Building construction work. Urban development construction work. Construction work for buildings relating to leisure, sports, culture, lodging and restaurants. Construction work for art and cultural buildings. Historical monument or memorial construction work. Construction work for commercial buildings. Demolition, site preparation and clearance work. Demolition work. Refurbishment work. Construction, foundation and surface works for highways, roads. Buildings of particular historical or architectural interest. Architectural and related services. Leicester City Council is seeking design and build contractors to undertake the FRIARS MILL LEICESTER – REDEVELOPMENT PROJECT Friars Mill is a group of historic industrial buildings sitting on the bank of the River Soar a few minutes’ walk from Leicester City Centre. The buildings date from the late 1700’s and are understood to be some of the oldest textile factory buildings in the City. The site is of great heritage importance and the buildings are individually Listed, Grade II.The Council acquired the site at the end of 2012 in a very poor state of repair; a number of the buildings have been subject to significant fire damage and subsequent water ingress. The Council has since secured support from the European Regional Development Fund to undertake the sympathetic restoration of the buildings and to convert them to 15 managed workspace units and associated common areas for small, high value-added businesses.This project is ERDF (European Regional Development Fund) funded so all rules regarding ERDF need to be complied with. This includes but is not limited to complying with ERDF National Procurement Requirements (ERDF-GN-1-004).
      II.1.5)Common procurement vocabulary:
         45000000 - Construction work.
         45210000 - Building construction work.
         45211360 - Urban development construction work.
         45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants.
         45212300 - Construction work for art and cultural buildings.
         45212314 - Historical monument or memorial construction work.
         45213100 - Construction work for commercial buildings.
         45111000 - Demolition, site preparation and clearance work.
         45111100 - Demolition work.
         45453100 - Refurbishment work.
         45233000 - Construction, foundation and surface works for highways, roads.
         45212350 - Buildings of particular historical or architectural interest.
         71200000 - Architectural and related services.
      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)
         Value: 5,165,699
         Currency: GBP

      
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
         
         Price - 40
         Quality - 60
         
      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: TAN0034         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 22 - 33698 of 29/01/2014
         
         

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

      V.1)Date Of Contract Award: 31/07/2014      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: William Analey
         Postal address: Murton Way, Osbaldwick
         Town: York
         Postal code: YO195UW
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 5,165,699
            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:Yes
      Reference to project(s) and/or programme(s):
      This project is ERDF (European Regional Development Fund) funded so all rules regarding ERDF need to be complied with. This includes but is not limited to complying with ERDF National Procurement Requirements (ERDF-GN-1-004).
   
   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=120459160
GO-20141120-PRO-6175140 TKR-20141120-PRO-6175139   
   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: 20/11/2014