By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Capital Build Programme D&B; Contract.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cleveland Fire Authority
Endeavour House, Stockton Road
Contact point(s): in-tendhost.co.uk/clevelandfire
TS25 5TB Hartlepool
UNITED KINGDOM
Telephone: +44 1429874231

Internet address(es):

General address of the contracting authority: www.clevelandfire.gov.uk

Address of the buyer profile: in-tendhost.co.uk/clevelandfire
Electronic access to information: in-tendhost.co.uk/clevelandfire
Electronic submission of tenders and requests to participate: in-tendhost.co.uk/clevelandfire

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Other: Fire Safety
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:
Capital Build Programme D&B; Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKC11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 0 and 22 000 000 GBP
Frequency and value of the contracts to be awarded: The single design and build contractor appointed shall be required to submit detailed designs and costings for each capital build projects which form part of the Authoritys Capital Build programme. The Authority will give no guarantee of work to the Contractor under the Framework and designs and costings for capital build projects shall only be accepted where (in the absolute discretion of the Authority) they offer better value than would be likely to be achieved if the Authority carried out a further procurement exercise in respect of the project. Consequently, the total quantity or scope could range from 0 to the full 22 000 000 GBP budget.
II.1.5)Short description of the contract or purchase(s)
The Authority intend to appoint a single design and build contractor on a framework basis to assist them with the delivery of their Strategic Capital Programme.
The Authority has recognised the growing risk that is being presented from its aging estate of buildings which have a backlog maintenance requirement of over 7 500 000 GBP. Following a base line review in 2008/9 the Authority has decided to embark on a Strategic Capital Programme to invest in its Assets.
The Authoritys Strategic Capital Programme involves an investment of 22 million GBP in the rebuild of the following properties over the next 5 years:
- Middlesbrough and Headland Fire Stations,
- Brigade Headquarters Building,
- Grangetown and Thornaby Fire Stations,
- Technical Resources Centre and Training Centre complex (comprising Learning and Development Centre, Fleet & equipment workshops, stores, vehicle resource centre).
The aim is to build the Technical Resources and Training Centre on the Queens Meadow site currently being occupied by Brigade Headquarters. To facilitate this strategy the option requires the relocation of the Headquarters site to an alternative location.
The single design and build contractor appointed shall be responsible for producing detailed designs and costings for each individual buildings listed above at its own cost.
In addition the Authority may require the contractor to provide fit out of the building and associated ICT infrastructure and hardware.
The Authority will give no guarantee of work to the Contractor under the Framework.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45100000, 45300000, 45400000, 71220000, 71242000, 45216121, 45213150, 30000000, 31000000, 39000000, 51600000, 72500000, 45330000

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:
The successful bidder will be required to enter into Framework Agreement (Framework) (which will be issued to those bidders who are shortlisted to the Invitation to Tender (ITT) stage) for a period of 4 years with the Authority. The successful bidder will be required to give collateral warranties to third parties if required and procure sub consultants collateral warranties in favour of the Authority and third parties.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds, insurance or any other form of appropriate security. Details will be set out in the Procurement Documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be in the Procurement Documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require groupings of contractors to take a particular form or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The appointed provider may be asked to actively participate in the achievement of social and/or environmental policy objectives relating, for example, to supply chain initiatives. Accordingly, contract performance conditions may relate in particular to social and/or environmental considerations.
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: The Contracting Authority will be using the In-tend e-tendering tool to facilitate this procurement. In-tend can be accessed at in-tendhost.co.uk/clevelandfire.
You will need to register your company on the system to gain access to the pre-qualification questionnaire (PQQ).
Once you have registered your company on the system creating a username and password you will be asked to complete details of your company. Once you have completed the registeration process you will be required to express an interest against the opportunity to gain access to the PQQ Contract Needs document and Questionnaire.
To express an interest click on Tenders, then Current in the toolbar. This will bring up a list of current opportunities. Scroll down and click on View Details button. If once you have read the details and any clarifications, you are still interested in this contract opportunity then click on Express Interest button.
In accordance with the Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 Applicants will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006 (as amended), on the basis of the information provided in response to the Authoritys PQQ.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be assessed in accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended).
Minimum level(s) of standards possibly required: The Contracting Authority require a minimum level of insurance to be in place prior to contract commencement:
Employers Liability Insurance cover of 10 000 000 GBP.
Public Liability Insurance cover of 5 000 000 GBP.
Professional Indemnity Insurance cover 5 000 000 GBP.
Details will be set out in the Pre Qualification Questionnaire document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be assessed in accordance with Article 47 of Directive 2004/18/EC and Regulations 25 of the Public Contracts Regulations 2006 (as amended).
Minimum level(s) of standards possibly required:
Details will be set out in the Pre Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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: no

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: 4
Objective criteria for choosing the limited number of candidates: In accordance with Articles 45 to 52 of the Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts Regulations 2006, as amended.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
OJEU12/13 -002 CBF/D&B;
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: 12.11.2012 - 11:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
12.11.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
7.1.2013
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
IV.3.8)Conditions for opening tenders
Date: 12.11.2012 - 12:01

Place:

PQQ submissions received will be opened through the Contracting Authority's eTendering system after the deadline has passed. Tenders received at the next stage will also be opened through the Authority's e-Tendering system.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: A member of Cleveland Fire Authority Procurement Project Team.

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: no
VI.3)Additional information
The Contracting Authority does not bind itself to accept any tender and withholds the right to appoint outside any contract should it be in the best interests of the Contracting Authority.
The Contracting Authority is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
The Contracting Authority reserves the right to cancel or suspend the procurement procedure at any time.
Compliance with legislation is required, both in the contract award procedure and during the term of the contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.9.2012

Other interesting websites