UK-Derby: Construction work tender
United Kingdom-Derby: Construction work tender
Official EU reference: 14375-2014
Procurer reference: EASD-9FBE4K (TD0749)
Published on: 16/01/2014
Deadline date:19/02/2014
Location where the contract is to be carried out: Derby
Name of the buying organisation: DERBY CITY COUNCIL
Summary of the contract
Provision of Construction Services In relation to the Refurbishment of
Marble Hall.
Derby City Council wishes to procure a contractor for the design and
construct services in relation to the refurbishment and redevelopment of
Marble Hall, Nightingale Road, Osmaston, Derby.
Rolls Royce occupied the site on Nightingale Road, Osmaston from 1907 to
2011. The Marble Hall building was constructed as offices in 1912 and
extended to include the Marble Hall in the 1930s. Although some
remodelling has taken place, many original features remain including a
staircase from 1912, the 1930s wood panelled Board Room, and the Marble
Hall itself, with its Tuscan style polished limestone columns.
In 2007 Rolls Royce relocated their activities from this site to new sites
within Derby, leaving the Nightingale Rd site vacant. In 2011 all
buildings on the site were demolished, with the exception of the Marble
Hall which was retained, achieving grade II listed building in 2009,
pending redevelopment as a Community Facility.
The Marble Hall building will be transferred from Rolls-Royce to the
ownership of Derby City Council in early 2014.
The project is supported by funding from the European Regional Development
Fund (ERDF) and a contribution from Rolls Royce.
A Design Team has been appointed to RIBA stage E, and a Planning
Application submitted in September 2013 for the proposed works has been
approved.
The aims of the development are:
Refurbishment and conversion of grade 2 listed building, protecting the
historic fabric of the building;
Bring the building back into use as a community facility, with a
sustainable economically viable future;
To create a focal point for the community and a visible commencement of
the regeneration of Osmaston;
Approx 2,000 sqm Gross Internal Area building;
Building to be fully DDA compliant, including a passenger lift;
Original features to be retained where possible;
The rear of the building to incorporate parking areas and a community
garden;
Public realm to set a context for the building;
Requirements for the Internal spaces are flexible dependant upon end users
and funding, but likely to be required to be suitable for uses such as
small business units, meeting rooms, office space, community café,
community room, health care, child care and training facilities;
A high quality, welcoming, reception area and informal gathering space;
Sufficient kitchenette and WC facilities for tenants of the building;
Cleaning stores with sink and running water;
Delivery / loading area.
The successful contractor will be responsible for; the production of RIBA
Stage F design compliant with tender documentation, refurbishment and
construction works to the Marble Hall building, compliance with planning
and listed building consent.
The Contract period is estimated to be 10 months, the contract is
estimated to commence 2.6.2014 and construction completed prior to March
2015 to abide by funding conditions.
CPV: 45000000, 45213100, 45262690, 71000000.
Full contract details
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Derby City Council
Procurement, The Council House, Corporation Street
For the attention of: Steve Cooper
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1159470997
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: http://www.derby.gov.uk
Address of the buyer profile: https://www.eastmidstenders.org
Further information can be obtained from: Turner & Townsend Project
Management Limited
7th Floor Pearl House Friar Lane
For the attention of: Steven Cooper
NG1 6BT Nottingham
UNITED KINGDOM
Telephone: +44 1159470997
E-mail: [email protected]
Internet address: www.sourcederbyshire.co.uk
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: Turner & Townsend Project Management Limited
7th Floor Pearl House Friar Lane
For the attention of: Steven Cooper
NG1 1AJ Nottingham
UNITED KINGDOM
Telephone: +44 1159470997
Internet address: www.eastmidstenders.org
Tenders or requests to participate must be sent to: Derby City Council
Council House, Corporation Street
Contact point(s): Business Support
For the attention of: Tender Receipt Officer
DE1 2FS Derby
UNITED KINGDOM
Telephone: +44 1332643294
Internet address: www.eastmidstenders.org
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:
Provision of Construction Services In relation to the Refurbishment of
Marble Hall.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Works
Design and execution
Main site or location of works, place of delivery or of performance:
Derby.
NUTS code UKF11
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
Derby City Council wishes to procure a contractor for the design and
construct services in relation to the refurbishment and redevelopment of
Marble Hall, Nightingale Road, Osmaston, Derby.
Rolls Royce occupied the site on Nightingale Road, Osmaston from 1907 to
2011. The Marble Hall building was constructed as offices in 1912 and
extended to include the Marble Hall in the 1930s. Although some
remodelling has taken place, many original features remain including a
staircase from 1912, the 1930s wood panelled Board Room, and the Marble
Hall itself, with its Tuscan style polished limestone columns.
In 2007 Rolls Royce relocated their activities from this site to new sites
within Derby, leaving the Nightingale Rd site vacant. In 2011 all
buildings on the site were demolished, with the exception of the Marble
Hall which was retained, achieving grade II listed building in 2009,
pending redevelopment as a Community Facility.
The Marble Hall building will be transferred from Rolls-Royce to the
ownership of Derby City Council in early 2014.
The project is supported by funding from the European Regional Development
Fund (ERDF) and a contribution from Rolls Royce.
A Design Team has been appointed to RIBA stage E, and a Planning
Application submitted in September 2013 for the proposed works has been
approved.
The aims of the development are:
Refurbishment and conversion of grade 2 listed building, protecting the
historic fabric of the building;
Bring the building back into use as a community facility, with a
sustainable economically viable future;
To create a focal point for the community and a visible commencement of
the regeneration of Osmaston;
Approx 2,000 sqm Gross Internal Area building;
Building to be fully DDA compliant, including a passenger lift;
Original features to be retained where possible;
The rear of the building to incorporate parking areas and a community
garden;
Public realm to set a context for the building;
Requirements for the Internal spaces are flexible dependant upon end users
and funding, but likely to be required to be suitable for uses such as
small business units, meeting rooms, office space, community café,
community room, health care, child care and training facilities;
A high quality, welcoming, reception area and informal gathering space;
Sufficient kitchenette and WC facilities for tenants of the building;
Cleaning stores with sink and running water;
Delivery / loading area.
The successful contractor will be responsible for; the production of RIBA
Stage F design compliant with tender documentation, refurbishment and
construction works to the Marble Hall building, compliance with planning
and listed building consent.
The Contract period is estimated to be 10 months, the contract is
estimated to commence 2.6.2014 and construction completed prior to March
2015 to abide by funding conditions.
II.1.6) Common procurement vocabulary (CPV)
45000000, 45213100, 45262690, 71000000
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Awarded contractor will be responsible for; the production of RIBA Stage F
design compliant with tender documentation, refurbishment and
reconstruction works to Marble Hall building, compliance with planning and
listed building consent.
Works are expected to be between GBP 3 million and GBP 4 million.
Estimated value excluding VAT:
Range: between 3 000 000 and 4 000 000 GBP
II.2.2) Information about options
Options: no
II.3) Duration of the contract or time limit for completion
Starting 2.6.2014. Completion 27.2.2015
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
To be agreed under the final terms of the main contract but it is likely
that a performance bond and parent company guarantee will be required
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions governing them:
As per contract conditions to be informed as part of the tendering
process.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Legal form to be taken by the group of economic operators to whom the
contract is to be awarded. Where a consortium or a group of companies
submits a bid, such consortia or grouping must nominate a lead
organisation to deal with Derby City Council on all matters relating to
the contract. The lead organisation will have full responsibility for
liabilities and delivery of the contract. Joint and several liability is
to be in place between the consortium partners or grouping before
acceptance.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per contract conditions to be
informed as part of the tendering process.
Conditions relating to environmental and social requirements of the
contracting authority may be included in this contract
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being
administered by the court, where he has entered into an arrangement with
creditors, where he has suspended business activities or is in any
analogous situation arising from a similar procedure under national laws
and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an
order compulsory winding up the administration by the court or of an
arrangement with creditors or of any other similar proceedings under
national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata
in accordance with the legal provisions of the country of any offence
concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means
which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social
security contributions in accordance with the legal provisions of the
country in which he is established or with those of the country of the
contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of the country in which he is
established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information
required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal
organization, as defined in Article 2(1) of Council Joint Action
98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in
Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council
Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial
interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined
in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention
of the use of the financial system for the purpose of money laundering.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (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 of these turnovers is available.
Information and formalities necessary for evaluating if requirements are
met:
Details are provided in Section C of the Pre Qualification
Questionnaire(PQQ)
Minimum level(s) of standards possibly required: Details of Derby City
Councils Minimum Financial Standards are contained in Section C of the
PQQ.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
(a) a list of the works carried out over the past five years, accompanied
by certificates of satisfactory execution for the most important works.
These certificates shall indicate the value, date and site of the works
and shall specify whether they were carried out according to the rules of
the trade and properly completed. Where appropriate, the competent
authority shall submit these certificates to the contracting authority
direct;
(c) an indication of the technicians or technical bodies involved, whether
or not belonging directly to the economic operator’s undertaking,
especially those responsible for quality control and, in the case of
public works contracts, those upon whom the contractor can call in order
to carry out the work;
(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;
(f) the educational and professional qualifications of the service
provider or contractor and/or those of the undertaking’s managerial staff
and, in particular, those of the person or persons responsible for
providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in
appropriate cases, and indication of the environmental management measures
that the economic operator will be able to apply when performing the
contract;
(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;
(j) an indication of the proportion of the contract which the services
provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are
met:
Details are provided in the Pre Qualification Questionnaire(PQQ)
III.3) Conditions specific to services contracts
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of
the staff responsible for the execution of the service: yes
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 minimum number 5: and maximum number 7
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:
EASD-9FBE4K (TD0749)
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Time limit for receipt of requests for documents or for accessing
documents: 17.2.2014 – 15:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
19.2.2014 – 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
5.3.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender
in days: 90 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
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): European Regional Development
Fund (ERDF)
VI.3) Additional information
Conditions relating to environmental and social requirements of the
contracting authority may be included in this contract.
This tender is being managed electronically. Please go to
www.sourcederbyshire.co.uk and look for the contract advert under ‘latest
or Live Contracts Opportunities section, select the relevant contract
notice. Select the ‘apply online’ link in the bottom right hand corner of
the contract notice this will transfer you to the Councils e-tendering
system https://www.eastmidstenders.org where you can express interest and
obtain the documents, (please note we will only accept expressions of
interest through the EastMidsTenders e-tendering system, the deadline for
expressions of interest is 15:00 17.2.14).
To access the tender documentation and to be able to submit your response,
you must first register your organisation on EastMidsTenders (unless you
have done this previously) . On the opportunities portal home page there
is an option to ‘Register Free’ link in the top right hand corner of the
screen, click this to begin the registration process, which is step by
step where you need to enter your details and your own companies details.
Further information can be found in the user guide ‘how to do business on
the portal’ which can be found in the ‘Help’ section at the top right of
the home page.
Once you have received the 2 system generated emails confirming your user
name and password you can search for new opportunities from the supplier
home page by:
clicking on the ‘Search Latest Opportunities’ button located within the
‘Latest Opportunities’ section. This will then open the Opportunities
Search screen.
Organisation: This field allows the organisation you are searching on to
be chosen. Click arrow to bring a drop down menu displaying the various
organisations. Select ‘Derby City Council’.
Category: Leave this field blank
Contains: Leave this field blank
All Opportunities: Leave this field blank
Once the search has been set up, then click on the search button to return
the results. This will then return all the opportunities that are
applicable. To view the further details of the opportunity, click the
corresponding contract title and click on Login & Register Interest button
and login to the EastMidsTenders system to complete the tender process.
The EastMidsTenders system is a very secure site and is simple to use.
However, if this is the first time you will be using the system for
submitting documents you should read the comprehensive ProContract
reference guides which will provide the guidance required by clicking the
‘Help’ icon that is located on the home page on the top right of the
EastMidsTenders System.
VI.4) Procedures for appeal
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Derby City Council
will incorporate a minimum 10 calendar day Standstill Period following
electronic notification (minimum of 15 calendar days for any other means
of communication) to tenderers of the award decision. This period allows
unsuccessful tenderers to seek further debriefing from the contracting
authority before the contract is entered into. Applicants have 2 working
days from the notification of the award decision to request additional
debriefing and that information has to be provided a minimum of 3 working
days before the expiry of the standstill period. Such additional
information should be requested from the contact details provided in
section 1.1 of this notice. If
an appeal regarding the award of a contract has not been successfully
resolved the Public Contracts Regulations 2006 (SI 2006 No 5)provide for
aggrieved parties who have been harmed or are at risk of harm by a breach
of the rules to take action in the High Court (England, Wales and Northern
Ireland). Any such action must be brought promptly (generally within 3
months). Where a contract has not been entered into the Court may order
the setting aside of the award decision or order the authority to amend
any document and may award damages. If the contract has been entered into
the Court may only award damages. [The purpose of the standstill period
referred to above is to allow parties to apply to the Courts to set aside
the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice:
14.1.2014
Classification of the contract
45000000 Construction work
45213100 Construction work for commercial buildings
45262690 Refurbishment of run-down buildings
71000000 Architectural, construction, engineering and inspection services