Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Byker Community Trust
Postal address: 23 Raby Cross, Byker
Town: Newcastle upon Tyne
Postal code: NE6 2FF
Country: United Kingdom
For the attention of: Chris Nicholson
E-mail: christopher.nicholson@yhn.org.uk
Telephone: +44 1912788632
Fax: +44 1912788768
Internet address(es):
General address of the contracting authority: www.qtegov.com
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
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
Byker Community Trust - External Fabric Repairs.
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
Main site or location of works, place of delivery or of performance: Byker Estate Newcastle NE6.
NUTS code UKC22 Tyneside
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Refurbishment and improvement works comprising of but not limited to renewal of windows, doors and the roof, installation of aerials, external wall and structural repairs, repainting and asbestos removal /disposal/replacement and subject to a favourable outcome from a cost-benefit analysis, the installation of a solar panel electricity system to around 396 flats and maisonettes within the Grade II listed Byker Estate in Newcastle.
II.1.5)Common procurement vocabulary (CPV)45000000 Construction work
II.1.6)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)Value: 7 172 916,13 GBP
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Price. Weighting 65
2. Employment and Skills Plan. Weighting 6
3. Training and Employment Opportunities. Weighting 4
4. Delivery against Vision, Mision and Values. Weighting 5
5. Supply Chain Management. Weighting 10
6. Project Delivery Plan. Weighting 10
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
P0647
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: 1 V.1)Date of contract award decision:4.3.2014
V.2)Information about offersNumber of offers received: 5
Number of offers received by electronic means: 5
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenOfficial name: Keepmoat Limited
Postal address: The Waterfront, Lakeside Boulevard
Town: Doncaster
Postal code: DN4 5PL
Country: United Kingdom
V.4)Information on value of contractTotal final value of the contract:
Value: 7 172 916,13 GBP
Excluding VAT
V.5)Information about subcontractingThe contract is likely to be sub-contracted: no
Section VI: Complementary information
VI.1)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 day standstill period (in the case of notices sent by electronic or facsimile means) and a minimum 15 day standstill period after the date of sending or minimum 10 days after the date of the last unsuccessful tenderers receipt (where notices are not sent electronically) at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to query the information provided and/or decide whether or not they wish to challenge the award decision before the contract is entered into. Queries should be directed to the address in part I.1.
If an appeal regarding the award of the contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No. 5) as amended by the Public Contracts (Amendment) Regulations 2009 (SI 2009 No. 2992) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland.) Any such action which does not seek a declaration of ineffectiveness must be brought promptly (and in any event within 3 months.) An application for ineffectiveness must be made within 30 days of publication of a contract award notice or notification of the conclusion of the contract and a summary of relevant reasons, or in any other case within 6 months of the date the contract was entered into.
Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness and order payment of a civil financial penalty. The purpose of the standstill period referred to above is to allow parties to apply to the courts to set aside the award decision before the contract is entered into. The commencement of proceedings before the contract has been entered into requires the authority to refrain from entering into the contract.
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:7.3.2014