UK-Southend-on-Sea: Construction work.

UK-Southend-on-Sea: Construction work.
Section I: Contracting Authority
I.1) Name and addresses
Southend-on-Sea Borough Council
Civic Centre, Southend-on-Sea, SS2 6ER, United Kingdom
Tel. +441 702534028, Email: procurementops@southend.gov.uk
Contact: Corporate Procurement
Main Address: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
NUTS Code: UKH31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://procurement.southend.gov.uk/southend/portal.nsf/index.htm to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://procurement.southend.gov.uk/southend/portal.nsf/index.htm
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tender for the provisioning of a Main Contractor for the construction of an Innovation Centre (The Launchpad)
Reference Number: DN471677
II.1.2) Main CPV Code:
45000000 - Construction work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: As part of this “Restricted” procedure, the Client invites electronic responses from organisations who wish to competitively tender for the opportunity to be appointed as the Main Contractor for the construction of the Council’s Innovation Centre, the Launchpad.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH3 Essex

II.2.4) Description of procurement: This procurement is to appoint a Main Contractor to construct the innovation centre on the new Airport Business Park. The building will consist of a mix of offices, workshops, research facilities and break out spaces, along with a café and seminar space. The building will be known as the Launchpad.
The Council requires the suitably qualified and experienced Main Contractor to construct an economically sustainable innovation centre. This economical sustainability relates to the Launchpad’s construction, its running costs and its operational methodologies. This will enable the Launchpad to attract new high tech and innovative industries to the area, to further assist in the development of the essential requirements needed to support the Council in realising its 2050 ambitions for Southend-on-Sea.
The required Supplier Questionnaire (SQ) Documents (1st Stage) can be accessed via:
https://procurement.southend.gov.uk/southend/portal.nsf/index.htm

The deadline for receipt of clarification requests relating to the SQ Documents is: Tuesday 28th April 2020
The deadline for submission of completed SQ Responses is: Wednesday 6th May 2020

The Minimum Level Requirements are covered in detail in the Documents provided. This includes, but is not limited to: detail on Financial Standing, Minimum Required Turnover and Insurance. The elements which are pass / fail are fully explained within the documentation provided as part of the procurement.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: Further detail of the Councils approach is confirmed in the Procurement Documents.
Where the number of Candidates is below the minimum number, the Council may continue the procedure by inviting the Applicants with the required capabilities only. In line with the Regulation 65.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Additional services or supplies may be purchased as a result of the award of this procurement.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: some funding has been provided to the project by "Nature Smart Cities" initiative
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 06/05/2020 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3



Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=483391210
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Courts of Justice,, The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/04/2020

Annex A