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

Open Tender for CULC Phase 4 Refurbishment.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Coventry University Higher Education Group
Priory Street
Contact point(s): Procurement Deparment
CV1 5FB Coventry
UNITED KINGDOM
Telephone: +44 2476795124
Fax: +44 2476795120

Internet address(es):

General address of the contracting authority: http://www.coventry.ac.uk/

Address of the buyer profile: https://in-tendhost.co.uk/coventryuniversity/aspx/Home

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
Body governed by public law
I.3)Main activity
Education
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:
Open Tender for CULC Phase 4 Refurbishment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: East India House,
109-117 Middlesex St,
London E1 7JF.

NUTS code UKI12

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)
Located in the City of London Coventry University London Campus offers a vibrant location for students to study, collaborate and network. Coventry University London Campus has now been presented with an unexpected opportunity to lease more space and as such is seeking an experienced contractor with the technical knowledge, experience, capability, capacity and financial standing to undertake these refurbishment works in the building whilst studies continue. The works comprise:
Ground Floor Remodelling the entrance area, including replacement entrance doors, relocating the entrance door into reception, and refurbishment of the reception area with a new counter.
Second Floor Provision of two new teaching rooms.
Seventh Floor Full refurbishment of the whole floor (200 m²) including partitions, doors, finishes and associated services.
II.1.6)Common procurement vocabulary (CPV)

45000000

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:
Ground Floor Remodelling the entrance area, including replacement entrance doors, relocating the entrance door into reception, and refurbishment of the reception area with a new counter.
Second Floor Provision of 2 new teaching rooms.
Seventh Floor Full refurbishment of the whole floor (200 m²) including partitions, doors, finishes and associated services.
Estimated value excluding VAT:
Range: between 500 000 and 555 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
in days: 84 (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:
No deposits are required but parent guarantees may be required at a later stage of the tender process.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the Invitation to tender Documents (ITT).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If the contract is awarded to a consortium, joint venture or alliance, applicants will be required to contract with joint and several liability under English law either nominate a lead service provider with whom the contracting authority can contract and to whom all communication will be addressed or to form themselves into a single entity before the contract is awarded.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: JCT Intermediate Building Contract with Contractors Design 2011.
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: As per the Invitation to tender Documents (ITT).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per the Invitation to tender Documents (ITT).
Minimum level(s) of standards possibly required: As per the Invitation to tender Documents (ITT).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per the Invitation to tender Documents (ITT).
Minimum level(s) of standards possibly required:
As per the Invitation to tender Documents (ITT).
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
PROJECT-189-TW
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: 14.10.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.10.2014 - 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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 21.10.2014 - 12:05

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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Coventry University Procurement Department
Priory Street
CV1 5FB Coventry
UNITED KINGDOM
Telephone: +44 2476887688

Body responsible for mediation procedures

Coventry University Procurement Department
Priory Street
CV1 5FB Coventry
UNITED KINGDOM
Telephone: +44 2476887688

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

Coventry University Legal Department
Priory Street
CV1 5FB Coventry
UNITED KINGDOM
Telephone: +44 2476887688

VI.5)Date of dispatch of this notice:
10.9.2014

Other interesting websites