CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Pembrokeshire County Council |
County Hall, Haverfordwest |
Pembrokeshire |
SA61 1TP |
UK |
. |
+44 1437775640 |
|
+44 1437776510 |
www.pembrokeshire.gov.uk
https://etenderwales.bravosolution.co.uk/
https://etenderwales.bravosolution.co.uk/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityPembroke Learning Campus, Pembroke, Pembrokeshire |
II.1.2(a))
|
Type of works contract
|
|
|
|
|
|
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Pembrokeshire
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The construction of a new build secondary school and vocational centre with an autism centre and community learning zone with an approximate total GIFA of 17582m2. The building is predominantly two storeys but also has a lower ground floor covering approximately 2750m2. The works will also include external works as indicated on the attached master plan to include highways works, car parking, drainage, landscaping and sports pitch provision.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=19849
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeAs per PQQ document |
|
3600000037000000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 17-08-2015 09-07-2018 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
As detailed in the PQQ.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As detailed in the PQQ.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Joint & Several Liability
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
As per the PQQ.
|
III.2.2)
|
Economic and financial capacity
As per the PQQ
|
III.2.3)
|
Technical capacity
As per the PQQ.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate5 |
|
Objective criteria for choosing the limited number of candidates
As per PQQ.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
PROC/1415/072 - CA4532
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 12-01-2015
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 12-01-2015
15:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 09-03-2015
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 3
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
(WA Ref:19849)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Targeted Training and Recruitment
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
Pembrokeshire County Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. 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 required from I.1
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 05-12-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Pembrokeshire County Council |
., . |
. |
|
UK |
https://etenderwales.bravosolution.co.uk
Documents can be obtained from |
|
|
|
https://etenderwales.bravosolution.co.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Pembrokeshire County Council |
. |
. |
|
UK |
. |
+44 1437775640 |
|
+44 1437776510 |
https://etenderwales.bravosolution.co.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Pembrokeshire County Council |
. |
. |
|
UK |
https://etenderwales.bravosolution.co.uk |
+44 1437775640 |
|
+44 1437776510 |
https://etenderwales.bravosolution.co.uk |
|