Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Works - 250181-2016

Display compact view

20/07/2016    S138

United Kingdom-Truro: Construction work

2016/S 138-250181

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Official name: Cornwall Council
Postal address: Commercial Services, 3rd Floor, South Wing, New County Hall, Treyew Road
Town: Truro
Postal code: TR1 3AY
Country: United Kingdom
For the attention of: Mr Mike Shillaber
E-mail: mshillaber@cornwall.gov.uk
Telephone: +44 1872322716

Internet address(es):

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

Electronic access to information: www.supplyingthesouthwest.org.uk

Further information can be obtained from:
Official name: Cornwall Council
Postal address: Commercial Services, 3rd Floor, South Wing, New County Hall, Treyew Road
Town: Truro
Postal code: TR1 3AY
Country: United Kingdom
For the attention of: Mr Mike Shillaber
E-mail: mshillaber@cornwall.gov.uk
Telephone: +44 1872322716

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: Cornwall Council
Postal address: Commercial Services, 3rd Floor, South Wing, New County Hall, Treyew Road
Town: Truro
Postal code: TR1 3AY
Country: United Kingdom
For the attention of: Mr Mike Shillaber
E-mail: mshillaber@cornwall.gov.uk
Telephone: +44 1872322716

Tenders or requests to participate must be sent to:
Official name: Cornwall Council
Postal address: Commercial Services, 3rd Floor, South Wing, New County Hall, Treyew Road
Town: Truro
Postal code: TR1 3AY
Country: United Kingdom
For the attention of: Mr Mike Shillaber
E-mail: mshillaber@cornwall.gov.uk
Telephone: +44 1872322716

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:
Carluddon Technology Park Project, Employment Space for Advanced Manufacturing (ESAM) Design and Construction Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
NUTS code
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)
Cornwall Council seeks to appoint a suitably and demonstrably experienced Principal Design and Build Contractor to undertake the works to construct the new Carluddon Technology Park Project, Employment Space for Advanced Manufacturing facility of circa 2 577 sqm (gross internal area) at West Carclaze and Baal, St Austell, Cornwall. The Department for Communities and Local Government (DCLG) as Managing Authority for the European Regional Development Fund (ERDF) has completed the technical appraisal of the Full Application and approved in principle the award of ERDF grant. All of the pre-offer ERDF conditions have been cleared and as at the time of writing DCLG is working to secure authority to issue the funding agreement. Any update to this position will be shared with all tenderers by way of a tender clarification. The Council anticipates the Contract Award to take place during December 2016, with completion and occupation of the new facilities during May 2018.
II.1.6)Common procurement vocabulary (CPV)

45000000 Construction work, 71300000 Engineering services, 71400000 Urban planning and landscape architectural services, 71500000 Construction-related services, 71200000 Architectural and related services, 71600000 Technical testing, analysis and consultancy services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
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 Carluddon Technology Park project will establish the area as 1 of the premier locations in the UK for ambitious, high value businesses working within the Low Carbon Environmental Good and Services Sector (LCEGS) and advanced manufacturing, through the delivery of circa 2 577 sqm (gross internal area) of BREEAM Excellent workspace in the Employment Space for Advanced Manufacturing (ESAM) project.
ESAM will have the capacity to accommodate at least 27 high-tech and medium-tech businesses and support the creation of at least 66 net FTE high value jobs by 2022. It will set a benchmark for design quality and attract private sector investment in employment space to the area.
The project is required to achieve BREEAM ‘Excellent’ as a minimum and deliver Cross Cutting themes, these are both key requirements of the ERDF funding criteria.
The ESAM project has been in development since 2011 as part of the wider Eco-Town programme of sustainable development for the St Austell and Clay Country area. Cornwall Council has progressed the project through the current EU Growth Programme (2014-2020) and has seen the project progress through the Workspace ‘Call’ process for ERDF investment. DCLG has completed the technical appraisal of the Full Application and approved in principle the award of ERDF grant. At the time of issuing this Notice all of the pre-contract conditions have been cleared and DCLG is working to secure authority to issue the funding agreement to Cornwall Council. Any update to this position will be shared with all tenderers by way of a tender clarification.
The Council seeks to appoint a suitable and demonstrably experienced Principal Contractor to undertake the complete design and construction of the development under an NEC 3 Engineering and Construction Contract 2013 Edition (Option A) with secondary options and z clauses as included with the procurement documents. The design works comprise the design of the, architectural, civil engineering, MEP engineering and landscaping to allow complete construction of the works. The construction works shall comprise site works including extensions to the public highway, site access roads, earthworks, enabling works, statutory services diversions and new supplies, access roads, car parks, landscaping and on and off site drainage. The construction works shall also include the construction of a high-quality 2 storey office/light industrial manufacturing facility. This shall comprise, foundations, building envelope, internal fittings out, mechanical and electrical services and final occupation works. It is anticipated that the design works will commence December 2016 and the Construction works will start March 2017 and be completed for occupation May 2018. The start date is dependent upon confirmation of funding as set out in the Invitation to Tender.
Estimated value excluding VAT:
Range: between 5 000 000 and 7 000 000 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
Duration in months: 18 (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 will be required but The Cornwall Council reserves the right to require parent company guarantees, bonds and/or any other form of appropriate security as stated in the Tender Documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As may be stated within the main Invitation to Tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Cornwall Council will accept tenders from individual undertakings or consortia. A consortium bid may be acceptable but The Cornwall Council reserves the right to require a single/lead supplier to take primary liability to require that a special purpose vehicle be formed, or to require that each member of a consortium is jointly and severally liable for the obligations in the contract as stated in the Tender Documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As may be stated within, and as attached along with, the main Invitation to Tender document. More specifically NEC Form of Contract Option A generally applies, with prospective providers attention drawn to the more specific contract related ‘z clauses’, as contained within Contract Data 2.
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: In accordance with the Public Contracts Regulations 2015 (as amended) and as identified in the Tender Documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with the Public Contracts Regulations 2015 (as amended) and as identified in the Tender Documentation.
Minimum level(s) of standards possibly required: Please refer to the Tender Documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with the Public Contracts Regulations 2015 (as amended) and as identified in the Tender Documentation.
Minimum level(s) of standards possibly required:
In accordance with the Public Contracts Regulations 2015 (as amended) and as identified in the Tender Documentation.
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
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
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:
2016.ICB030
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 054-089892 of 17.3.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.9.2016 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
18.7.2016
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 20.9.2016 - 11:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: A representative from the Commercial Services Team at Cornwall Council, together with at least 1 Council Officer who is independent of the Contraction Directorate and the relevant elected Member from the Council will be present at the opening of the 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: yes
Reference to project(s) and/or programme(s): European Regional Development Fund (ERDF).
VI.3)Additional information

To assist tenderers with their submission, provision has been made for a site tour to take place on the morning of Tuesday, 9.8.2016. The purpose of the Site Tour is to allow prospective bidders to understand the site conditions, local constraints and access restrictions. To make arrangements to attend the Site Tour, please submit your request, vie email only, to richardsalmon@wwasurveyors.com giving details of the persons you wish to attend. As the site was previously a clay processing works, persons attending the site tour must bring their own PPE (Hard Hat, Boots and Hi-viz Jacket) and attend the advance Safety Briefing at nearby Penwithick Social Club, 57 Penwithick Road, St. Austell, PL26 8UH commencing at 10:00. No other access to the site will be possible outside of these above arrangements. This Contract opportunity is also being advertised for the same duration via the Contracts Finder website as well as the OJEU but the only portal by which the full Tender documentation can be freely accessed is www.supplyingthesouthwest.org.uk

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

Official name: The Cornwall Council Monitoring Officer
Postal address: The Cornwall Council, County Hall, Treyew Road
Town: Truro
Postal code: TR1 3AY
Country: United Kingdom
E-mail: rawilliams@cornwall.gov.uk
Telephone: +44 1872322120
Fax: +44 1872323833

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:
18.7.2016