Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Brighton and Hove City Council
Postal address: Corporate Procurement, 3rd Floor, Bartholomew House
Town: Brighton
Postal code: BN1 1JS
Country: United Kingdom
Contact person: in-tendorganiser.co.uk/sesharedservices Project Ref BHCC — 006932
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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
BHCC AW Royal Pavilion Estate Improvement Works — Phase 1.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKJ21 Brighton and Hove
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)
Brighton and Hove City Council require a contractor to undertake RIBA stages 5-6 for Phase 1 of the Master-plan for the improvement of the Royal Pavilion Estate. The improvements aim to significantly enhance the quality of the Estate's visitor offer and the heritage in its care, delivering a legacy of sustainability and resilience, which will safeguard its future. Phase 1 includes the improvement of the Corn Exchange and Studio Theatre.
II.1.6)Common procurement vocabulary (CPV)45212300 Construction work for art and cultural buildings, 45212000 Construction work for buildings relating to leisure, sports, culture, lodging and restaurants, 45212600 Pavilion construction work, 45000000 Construction work, 45210000 Building construction work
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT: 14 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 2.1.2017. Completion 1.8.2018
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: Must be a member (or willing to be a member) of the Considerate Constructors Scheme (or equivalent).
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5
Objective criteria for choosing the limited number of candidates: Minimum permitted.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Site and works programme management. Weighting 12
2. Resources and sub-contractor management. Weighting 12
3. Customer relationship management. Weighting 12
4. Quality management. Weighting 10
5. Health and safety. Weighting 4
6. Price. Weighting 50
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BHCC - 006932
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 22.7.2016 - 10:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate22.7.2016 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates1.9.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Contact point in I.1) is the electronic tendering portal that all communications regarding the tender must be placed through.
Dates in II.3) are approximate.
Date in IV.3.4) is the PQQ deadline.
Date in IV.3.5) is approximate.
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:6.6.2016