Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Thurrock Council
Postal address: Civic Offices, New Road
Town: Grays
NUTS code:
UKH32Postal code: RM17 6SL
Country: United Kingdom
Contact person: Sarah Hurlock
E-mail:
shurlock@thurrock.gov.ukInternet address(es):
Main address: www.thurrock.gov.uk
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Civic Centre Redevelopment
Reference number: PS-2019-291
II.1.2)Main CPV code45210000
II.1.3)Type of contractWorks
II.1.4)Short description:
Thurrock Council (the client) is embarking on an exciting new project to refurbish and extend their existing Civic Offices which are located at New Road, Grays, RM17 6SL. The offices are currently divided into CO1 and CO2 with the existing entrance to the south on New Road.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKH32
II.2.4)Description of the procurement:
Thurrock Council (the client) is embarking on an exciting new project to refurbish and extend their existing Civic Offices which are located at New Road, Grays, RM17 6SL. The offices are currently divided into CO1 and CO2 with the existing entrance to the south on New Road.
The proposed works include:
— The refurbishment of the ground floor of CO2 to office space, including repurposing the existing reception,
— Extending the existing CO2 building to the west into Mulberry Square forming a new main entrance to CO2 and providing additional accommodation primarily focused on public facing services,
— Opening up the existing CO2 façade to form connections with the new extension.
The new extension will include a 3 storey building with raised parapet to the west of the existing building (C02), to provide c.147 sq m (GIA) of Class B1 (a) office space on the ground floor as a registry office and 2,163 sq m (GIA) of Sui Generis floor space on part of the ground floor providing new public service points, meeting rooms and an ancillary café and on the upper floors providing a Council Chamber, Committee Rooms and Members Services, together with cycle parking, roof plant and plant enclosure, hard and soft landscaping, seating areas and benches, infrastructure and associated works. A key requirement of the scheme is achieving BREEAM Outstanding.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 21
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
See procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See procurement documenst.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/01/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 90 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 20/01/2020
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Thurrock Council uses Oracle Cloud eSourcing for tendering. To view the documents, you need to be registered on the system. If you are already registered, log on to the Oracle Supplier Portal where the documents will be visible. If you are not registered, click on the link provided and complete registration.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Thurrock Council
Town: Grays
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:27/11/2019