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

Newhaven Fort - Creating opportunities.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Lewes District Council
Southover House, Southover Road
For the attention of: Kevin Kingston
BN7 1AB Lewes
UNITED KINGDOM
Telephone: +44 1273484456
E-mail:

Internet address(es):

General address of the contracting authority: http://www.lewes.gov.uk

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
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:
Newhaven Fort - Creating opportunities.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Newhaven, East Sussex.

NUTS code UKJ22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Lewes District Council is seeking proposals from applicants to lease, develop and manage Newhaven Fort that will:
- Enhance the regeneration opportunities in Newhaven by improving the Fort offer and generating local job opportunities;
- Maintain the Fort's role as an important heritage site and is open to the public; and - Minimise liabilities and potentially provide a new revenue stream for Lewes District Council. Newhaven Fort is an attractive Heritage asset which requires capital investment and creative solutions to maximise its offer to the town and surrounding area. It is located within 20 minutes of Brighton, Eastbounre and Lewes Town which attract 15 000 000 visitors per year. Furthermore it is located in a town which had a daily ferry service to Dieppe in France.
In addition to its current role, Newhaven Fort could host a wider range of events, provide educational facilities, be a location for a range of commercial activities, be used as a film location, and/or be used to provide hotel or visitor accommodation.
The successful tender will work closely with English Heritage and Lewes District Council developing a programme of works to enhance the Fort and safeguard its future.
II.1.6)Common procurement vocabulary (CPV)

92000000, 92320000, 92330000, 92331000, 92332000, 92500000, 92510000, 92520000, 92521000, 92521100, 92521200, 92522000, 92522100, 92522200, 92530000, 92600000, 92610000, 98000000, 98110000, 98133100, 98133110, 98200000, 98300000, 98341140, 98342000, 98350000, 98362100, 80000000, 80400000, 80490000, 80520000, 80540000, 80570000, 80580000, 70000000, 70100000, 70110000, 70112000, 70120000, 70122000, 70122100, 70123000, 70123200, 70320000, 70321000, 70330000, 70331100, 70332000, 70332100, 71200000, 71210000, 71220000, 71240000, 71241000, 71245000, 71251000, 71355000, 71356400, 71400000, 71530000, 71540000, 71541000, 55000000, 55100000, 55110000, 55120000, 55130000, 55200000, 55210000, 45000000, 45111291, 45450000, 45453100, 45454100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Estimated Value excluding VAT: GBP 3 500 000 - GBP 6 000 000.
Estimated value excluding VAT:
Range: between 3 500 000 and 6 000 000 GBP
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
Starting 1.1.2014. Completion 31.12.2113

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Guarantees may be required depending on the financial strenghth of the contracting entity.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The successful tenderer will be required to secure or provide financing to bring any development or investment works forward, and must demonstrate the ability and covenant strength to raise and / or provide finance as part of the contract award process.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Delivery vehicle arrangements will be for tenderers to propose during the negotiation stage of the procurement insofar as these proposals meet the Council’s objectives.
Consortium submissions will be permitted, but upon award, the Council will expect to enter the awarded contract with and have to deal with only a single entity (be that the lead party to a consortium or via a corporate joint venture arrangement). It will be for consortium members to arrange their own internal contracting and governance arrangements (contractual or corporate) as they see fit in order to accommodate the requirement. In relation to consortium arrangements all members shall be jointly and severally liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Candidates will be required to supply the information set out in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be required to supply the information set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates will be required to supply the information 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
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 7
Objective criteria for choosing the limited number of candidates: Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire.
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 yes
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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 of tenders

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
1) Procurement details:

Procurement details can be found on the Council’s website: http://www.lewes.gov.uk/business/21030.asp

The Pre-qualification Questionnaire (PQQ) and Memorandum of Information together with other supporting documents can be requested via the Council’s website and following email address

2) Instructions and Return of PQQ:
Four (4) hard copies of the completed PQQ, including one (1) electronic copy (on CD, preferably in pdf format) should be sent to the name and address stated below, no later than the due date set out in IV.3.4 (above) to:
Nilam Popat
Corporate Head - Property, Regeneration and Enterprise
Southover House
Southover Road
Lewes, BN7 1AB
Responses must be sent in a sealed package and clearly marked ‘PQQ Response for Newhaven Fort’. Any PQQ responses received after this time may result in failure of an Applicant’s application and may not be considered further.
The Council reserves the right to change without notice the procedure for awarding the contract, to reject all or any bids for the contract, to terminate the process and not to award a contract at any time without any liability on its part. No contract will be created between the Council and any party until a contract is executed between the Council and the winning bidder. The Council is not liable for any costs (including any third party costs fees or expenses) incurred by those expressing an interest in, negotiating or tendering for this contract opportunity.
3) TUPE:
The Council is of the preliminary view that having regard to the services to be provided the Transfer of Undertakings (Protection of Employment) Regulations (TUPE) may apply to this procurement. Further information is set out in the Memorandum of Information.
4) Public Services (Social Value) Act 2012 The requirements of the Public Services (Social Value) Act 2012 have been considered by the Council during the pre-procurement stage.
5) Clarification of duration of contract:
The information at II.3 provides for a maximum of 99 years. This time refers to the maximum potential term of any lease.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

As set out in Section I.1 above

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

Appeals to be lodged in accordance with the UK's Public Contracts Regulations 2006 (as amended).

VI.5)Date of dispatch of this notice:
7.6.2013