UK-Saffron Walden: Sheltered housing construction work.

UK-Saffron Walden: Sheltered housing construction work.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Uttlesford District Council
London Road, Saffron Walden, CB11 4ER, United Kingdom
Tel. +44 799510451, Fax. +44 799510550, Email: procurement@uttlesford.gov.uk, URL: www.uttlesford.gov.uk, URL: www.uttlesford.gov.uk
Contact: Finance Department (Procurement), Attn: Mrs Cristine Oakey MCIPS

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:
Housing and community amenities

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: Redevelopment of Sheltered Housing Scheme
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: UKH3 - Essex
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:
Sheltered housing construction work. Uttlesford District Council (UDC) is looking for an experienced Building Contractor to demolish and rebuild a Sheltered Housing Scheme, comprising 34 x 1 bedroom flats, 7 x 2 bedroom flats and associated communal facilities.
The Proposal is to construct a new, purpose-built, contemporary 41 bed sheltered scheme on the same site that will provide high quality accommodation into the future. The planning application, reference UTT/14/3655/FUL was approved with conditions by the Council on 11 March. Full details of the application and associated documents are available to view from our web-site using the following link
http://publicaccess.uttlesford.gov.uk/online-applications

There will be elderly residents living in part of the existing building which will mean that the development will be undertaken in two phases. It is therefore essential that the successful Contractor has experience of working with residents living on site.

II.1.6)Common Procurement Vocabulary:
45211200 - Sheltered housing construction work.


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:
Uttlesford District Council (UDC) is looking for an experienced Building Contractor to demolish and rebuild a Sheltered Housing Scheme, comprising 34 x 1 bedroom flats, 7 x 2 bedroom flats and associated communal facilities. The site is located off Gaces Acre in Newport and is surrounded by residential accommodation and playing fields. The site is owned by UDC and currently provides sheltered housing accommodation that has been assessed as not fit for purpose.

The current scheme was originally constructed in 1975 and is two storeys with a pitched roof. The existing living accommodation is predominantly bedsit, and the scheme has no lifts and poor quality communal facilities. The existing building provides accommodation totalling 31 flats.

There will be elderly residents living in part of the existing building which will mean that the development will be undertaken in two phases. It is therefore essential that the successful Contractor has experience of working with residents living on site.

The work will be procured using a two stage approach under the JCT Design and Build 2011 form of contract.

The Invitation to Tender issued to shortlisted candidates will consist of two stages; the first will deal with preliminaries, overheads and profit, a cost plan and quality questions from which the preferred bidder will be selected. The preferred bidder will then work with the Council to create detailed costings for the second stage tender process. Detailed design will be jointly controlled by UDC and the Contractor.
Estimated value excluding VAT:
Range between: 6,000,000 and 7,000,000
Currency: GBP


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
Starting: 01/10/2015
Completion: 01/08/2017

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:
Parent Company Guarantees, Performance Bonds, warranties (including sub-contractor warranties) and/or deposits may be required by Uttlesford District Council.

Full details will be set out in the tender documents

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Full details will set out in the tender documents

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of economic operators submitting an acceptable offer it will be necessary for them to provide an undertaking that each organisation will be jointly and severally liable for the due performance of the contract. Such undertaking will be in addition to the requirement to provide other deposits and guarantees required by Uttlesford District Council for the due performance of the contract.

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
The contract shall be performed on the basis of the Joint Contracts Tribunal Design & Build form of contract Rev 2011 as varied to include the Council's specific requirements.
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.

Candidates will be required to complete a PAS 91:2013 pre-qualification questionnaire for evaluation including all necessary declarations in respect of Regulations 57 (1), 57 (8) and 57(13).
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:
Candidates will be required to complete a PAS 91:2013 pre-qualification questionnaire for evaluation
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Participate

III.2.3)Technical capacity
Technical capacity - means of proof required

Information and formalities necessary for evaluating if requirements are met:
Candidates will be required to complete a PAS 91:2013 pre-qualification questionnaire for evaluation.
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Participate
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

Objective Criteria for choosing the limited number of candidates:
Applicants will be required to complete a PAS91:2013 for evaluation. Criteria for selection is set out in the covering documentation. Candidates will be evaluated by a panel of Officers, the Employers Agent and the Architect for the project.
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: 229.2015
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: 16/04/2015
Time: 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/05/2015
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: To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=134870955
GO-2015316-PRO-6443657 TKR-2015316-PRO-6443656

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Uttlesford DC
London Road, Saffron Walden, CB11 4ER, United Kingdom
Tel. +44 799510510, Fax. +44 799510500, Email: procurement@uttlesford.gov.uk, URL: www.uttlesford.gov.uk

VI.4.2)Lodging of appeals: Uttlesford District Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers (The award decision notice). Applicants who are unsuccessful shall be informed by the Council as soon as possible after the decision is made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successful resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the Regulations to take legal action. any such action must be brought with the applicable limitation time. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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: 16/03/2015

ANNEX A