Construction News

Thu April 25 2024

Related Information

Free UK Tenders with The Construction Index.

6 Mar 09 The Construction Index is due to lauch a free tender services in the coming.

Related Information

The Construction Index Free UK Tender Service is coming soon...  We will update the website as soon as possible with more information on when and how you can start viewing the latest UK Tenders Free.

If you would like to be alerted once The Construction Index UK Tender Services becomes available, please drop us an email to express your interest in viewing the latest UK Council Tenders, Public Tenders & OJEU Tenders, email enquiries@theconstructionindex.co.uk.
Below are a few Free Tenders, to give you an idea of the information we will be publishing for you Every Day on the website.
UK-Oban: building construction work
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S):
Scottish Association for Marine Science (“SAMS”), Dunstaffnage Marine Laboratory, Argyll, Attn: Elaine Walton, UK-Oban PA37 1QA. Tel.                  +44 1631559000         . E-mail: Elaine.Walton@sams.ac.uk. Fax  +44 1631559001.
Internet address(es):
General address of the contracting authority: www.sams.ac.uk.
Further information can be obtained at: As in above-mentioned contact point(s).
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s).
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Other: Independent charitable research and education institute.
Education.
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:
SAMS - New Teaching Infrastructure.
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: Dunstaffnage Marine Laboratory, Oban, Argyll.
NUTS code: UKM63 .
II.1.3) The notice involves:
A public contract.
II.1.4) Information on framework agreement:
II.1.5) Short description of the contract or purchase(s):
The contract shall comprise the design and construction of an extension to existing college facilities at Dunstaffnage Marine Laboratory, Oban, Argyll together with alterations to the existing building and all associated internal and external works.
Depending on the availability of funding , the contract may also include the design and construction of a dive centre at the same location.
SAMS have engaged a design team comprising architect, structural engineer and building services engineer to design the proposed facility and planning permission has been applied for based on these designs. It is anticipated that planning will be granted towards the end of May 2009. It is the current intention of SAMS that the design team will be novated to the successful contractor and the design team will be required to provide design services to the contractor post novation.
Further details of the proposed works, the site and services being provided by the design team will be made available as part of the contract documents.
Please see Additional Information set out below.
II.1.6) Common procurement vocabulary (CPV):
45210000, 45214000, 45214300, 45262800, 45262700, 71221000, 71312000, 71321000.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots:
No.
II.1.9) Variants will be accepted:
No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope:
It is anticipated that the contract shall comprise the design and construction of a teaching extension – total floor area approximately 1 553 sqm, alterations to an existing building – total floor area approximately 430 sqm and all associated external works etc. In addition there is the possibility dependant on the availability of funding of the inclusion of a dive centre – total floor area approximately 607 sqm.
This project may require to be re-scoped on affordability, planning or other grounds and the outcome of aspects of this project may be adjusted to reflect that re-scoping.
Estimated value excluding VAT: 4 200 000,00 GBP.
II.2.2) Options:
No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:
Completion: 31.12.2010.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required:
A performance bond, parent company guarantee and/or collateral warranty may be required – details will be provided in the contract documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:
Details will be provided in the contract documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where a consortium or other grouping of suppliers submits a bid, such consortium or grouping must nominate a lead organisation to deal with SAMS. All consortium members will be required to be jointly and severally liable in respect of the obligations and liabilities relating to the contract.
III.1.4) Other particular conditions to which the performance of the contract is subject:
Yes.
Contract performance may be related to social and environmental conditions.
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 requirements are met: See additional information set out at VI.3 below.
III.2.2) Economic and financial capacity:
Information and formalities necessary for evaluating if requirements are met: See additional information set out at VI.3 below.
Minimum level(s) of standards possibly required: See additional information set out at VI.3 below.
III.2.3) Technical capacity:
Information and formalities necessary for evaluating if requirements are met: See additional information set out at VI.3 below.
Minimum level(s) of standards possibly required: See additional information set out at VI.3 below.
III.2.4) Reserved contracts:
No.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:
SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure:
Restricted.
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5.
Objective criteria for choosing the limited number of candidates: See additional information set out at VI.3 below.
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) An electronic auction will be used:
No.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
SO1-09-10.
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: 18.5.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
25.5.2009 - 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:
IV.3.8) Conditions for opening tenders:
SECTION VI: COMPLEMENTARY INFORMATION
VI.1) THIS IS A RECURRENT PROCUREMENT:
No.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS:
No.
VI.3) ADDITIONAL INFORMATION:
Please note that the funding made available to SAMS to finance this project is conditional upon the construction of the facilities to be completed by December 2010.
A Pre-qualification Questionnaire, will be available on or after 24.4.2009 on request from the contact points referred to in I.1) above.
SAMS will analyse the responses to the PQQ in accordance with Regulations 23, 24, 25 and 26 of the Public Contracts (Scotland) Regulations 2006 to identify those applicants that have the economic and financial standing and technical or professional ability to deliver the project.SAMS will then evaluate the PQQ submissions by reference to the technical or professional ability criteria set out in the PQQ to identify the minimum number of Applicants who will be invited to tender.
SAMS reserves the right not to award a contract as a result of the procurement process initiated by this notice and to make whatever changes tie sees fit to the content, process, timing and structure of the procurement process.
SAMS shall have no liability for any costs howsoever incurred by those participating in the pre-qualification and tender process.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals:SAMS will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful applicants of the award of the decision.
The period allows unsuccessful suppliers to seek a debrief from SAMS before the contract is entered into and to provide an opportunity to seek to challenge the award decision before it is implemented. A request for a debriefing made before midnight on the second working day after the date of despatch with a notification of the award decision must be fulfilled at least three working days before expiry of the standstill period. A nominated contact point to request debriefing will be detailed in the notification letter. The Public Contracts (Scotland) Regulations 2006 provide for remedies through the Scottish Courts to be sought be economic operators who suffer (or risk suffering) loss or damage as a consequence of a failure by SAMS to comply with certain provisions of those Regulations and/or certain EU Community obligations relating to procurement. In summary, proceedings must be brought promptly and in any event within three months of the date on which grounds for bringing proceedings first arise. The relevant court will have discretion to extend the deadline if it considers there is good reason for doing so.
VI.4.3) Service from which information about the lodging of appeals may be obtained:
VI.5) DATE OF DISPATCH OF THIS NOTICE:
16.4.2009.
UK-Plymouth: overhaul and refurbishment work
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S):
Plymouth City Council for itself and as an agent on behalf of Plymouth Community Homes Limited, floor 2, Windsor House, Tavistock Road, Contact: Savills Consultancy, Attn: Ray Evans, UK-Plymouth PL1 2AA. Tel.                   +44 2074098737          . E-mail: pchprocurement@savills.com. Fax  +44 2075887323.
Internet address(es):
General address of the contracting authority: www.plymouth.gov.uk.
Address of the buyer profile: www.devontenders.gov.uk.
Further information can be obtained at: Savills Consultancy, Contact: revans@savills.com.
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Regional or local authority.
General public services.
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:
Contract for the Provision of Major Investment Works.
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: Plymouth City.
NUTS code: UKK41 .
II.1.3) The notice involves:
The establishment of a framework agreement.
II.1.4) Information on framework agreement:
Framework agreement with several operators.
Number of participants to the framework agreement envisaged: 4.
Duration of the framework agreement: Duration in months: 60
Justification for a framework agreement, the duration of which exceeds four years: Plymouth City Council for itself and on behalf of Plymouth Community Homes believes that a contractor is unlikely to be able to make a reasonable commercial return within years 1 to 4 only, given the set up costs of the contract and the added value obligations under the contract and therefore requires a five (5) year framework agreement to ensure that the programme of works is successful.
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 100 000 000 GBP.
II.1.5) Short description of the contract or purchase(s):
Plymouth City Council is advertising this framework agreement for itself and on behalf of Plymouth Community Homes. Plymouth Community Homes will be a new housing association set up to takeover the ownership and management of over 15 000 homes in Plymouth from Plymouth City Council. On transfer of ownership (which is due to take place in late Autumn 2009) it is intended that Plymouth Community Homes will spend approximately 98 000 000 GBP over the next 5 years to improve the kitchens and bathrooms within its homes. Interested companies should therefore note that the proposed framework agreements will only be entered into in the event that the transfer of ownership takes place.
Plymouth Community Homes are seeking expressions of interest from suitably qualified and highly experienced contractors for the delivery of their major investment works programme. Interested companies should have a strong track record of delivering best practice on similar contracts and be able to pro-actively help Plymouth Community Homes in delivering its "green agenda" within the communities in which it will operate. The works programme will comprise the installation of replacement kitchens and bathrooms and will include all associated wiring, plumbing, services, decoration, general repairs and refurbishment as necessary Plymouth Community Homes are seeking to appoint up to four (4) framework contractors to a five (5) year framework agreement.
Contractors should note that call-offs may last beyond the length of the framework agreement itself. All framework contractors will be tasked with working collaboratively with each other, Plymouth Community Homes, its direct labour organisation, small and medium enterprises and all of its stake-holders to deliver a best value, high quality works programme.
II.1.6) Common procurement vocabulary (CPV):
45453000, 45421151, 45330000, 45450000.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots:
No.
II.1.9) Variants will be accepted:
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope:
II.2.2) Options:
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required:
Details of the deposits and guarantees required from the successful contractors will be set out in the Contract Documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:
Details of the financing conditions and payment arrangements will be set out in the Contract Documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions to which the performance of the contract is subject:
Yes.
The successful contractors will be required to actively participate in forming a joint supply chain for use by all contractors engaged on the framework agreement with Plymouth Community Homes and Plymouth Community Homes' direct labour organisation. Works will not commence until the joint supply chain has been established. Furthermore, the contractors and the supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and the employment of small and medium enterprises. Accordingly, the contract performance conditions will relate in particular to social and environmental considerations.
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 requirements are met: In accordance with Article 45 of the Consolidated Directive 2004/18 and as set out in the Pre-Qualification Questionnaire which is available from the Devontenders portal ( www.devontenders.co.uk).
III.2.2) Economic and financial capacity:
Information and formalities necessary for evaluating if requirements are met: Applicants will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18. The questionnaire is available from the Devontenders portal ( www.devontenders.co.uk) and must be returned electronically via devontenders and by hard copy to John Orr at the address set out in Section 1.1 above by the date stipulated in Section IV.3.4.
Minimum level(s) of standards possibly required: Each applicant will be required to confirm that it has a minimum annual turnover of 10 000 000 GBP.
III.2.3) Technical capacity:
Information and formalities necessary for evaluating if requirements are met: Applicants will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18. The questionnaire is available from the Devontenders portal ( www.devontenders.co.uk) and must be returned electronically via devontenders and by hard copy to John Orr at the address set out in Section 1.1 above by the date stipulated in Section IV.3.4.
Minimum level(s) of standards possibly required: Minimum levels of technical capacity required will be set out in the Pre-Qualification Questionnaire.
III.2.4) Reserved contracts:
No.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
No.
III.3.2) Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:
SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure:
Restricted.
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 8. Maximum number: 20
Objective criteria for choosing the limited number of candidates: The objective criteria as set out in the Pre-Qualification Questionnaire.
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) An electronic auction will be used:
No.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
09171.
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: 28.5.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
28.5.2009 - 09:00.
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
25.6.2009.
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 month(s): 6 (from the date stated for receipt of tender).
IV.3.8) Conditions for opening tenders:
Persons authorised to be present at the opening of tenders: yes.
Plymouth Community Homes.
SECTION VI: COMPLEMENTARY INFORMATION
VI.1) THIS IS A RECURRENT PROCUREMENT:
No.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS:
No.
VI.3) ADDITIONAL INFORMATION:
Plymouth City Council acting on itself and as an agent for Plymouth Community Homes and/or Plymouth Community Homes reserves the right not to award a framework agreement(s) or to award a framework agreement(s) for part or parts of the works only. An appointment to a framework agreement is not a guarantee of work. Framework agreements will only be awarded by Plymouth Community Homes and therefore the award of framework agreements is subject to the successful transfer of stock between Plymouth City Council and Plymouth Community Homes.
VI.4) PROCEDURES FOR APPEAL
VI.4.1) Body responsible for appeal procedures:
Royal Courts of Justice, UK-London WC2A 2LL.
Body responsible for mediation procedures:
Royal Courts of Justice, UK-London WC2A 2LL.
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:
16.4.2009.
UK-Inverness: works for complete or part construction and civil engineering work
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S):
Highland Council, Strategic Procurement Division, The Town House, High Street, Contact: Strategic Procurement Division, Attn: Dorothy Maxwell, UK-Inverness IV1 1JJ. Tel.                  +44 1463703887         . E-mail: procurement.unit2@highland.gov.uk. Fax  +44 1463703969.
Internet address(es):
General address of the contracting authority: http://www.highland.gov.uk/.
Further information can be obtained at: Highland Council, Project Design Unit,, Hiighland Council Building Annex, High Street, Contact: Project Design Unit, Attn: Tracy Clarke, UK-Dingwall IV15 9QN. Tel.                  +44 1463702000         . E-mail: tracy.clarke@highland.gov.uk. Fax  +44 1349864031. URL: http://www.highland.gov.uk/.
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Highland Council, Strategic Procurement Division, The Town House, High Street, Contact: Strategic Procurement Division, Attn: Dorothy Maxwell, UK-Inverness IV15 9QN. Tel.                  +44 1463703887         . E-mail: procurement.unit2@highland.gov.uk. Fax  +44 1463703969. URL: http://www.highland.gov.uk/.
Tenders or requests to participate must be sent to: As in above-mentioned contact point(s).
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Regional or local authority.
General public services.
SECTION II: OBJECT OF THE CONTRACT
II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting authority:
South West Inverness Flood Relief Channel - Phase 2.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Works.
Execution.
Main site or location of works: The South West Inverness Flood Relief Channel Site is located to the South West of Inverness from Upper Slackbuie to the River Ness.
NUTS code: UKM62 .
II.1.3) The notice involves:
A public contract.
II.1.4) Information on framework agreement:
II.1.5) Short description of the contract or purchase(s):
The Phase 2 works comprise of construction of localised erosion protection to the Holm Burn, together withconstruction of a sedimentation pond, 350m of 4.5m x 2.5m closed culvert and associated headwall and outfall works, plus new open channel sections up to 3m deep over a length of approx. 900m, together with accommodation works.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=71259.
II.1.6) Common procurement vocabulary (CPV):
45200000, 45220000, 45223200, 45232450, 45232451, 45232452, 45246000, 45246200, 45246400.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots:
No.
II.1.9) Variants will be accepted:
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope:
Estimated value excluding VAT: 4 000 000 GBP.
II.2.2) Options:
No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:
Duration in months: 8 (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:
A contractual guarantee bond shall be executed by the successful economic operator and their guarantor in favour of the Highland Council.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them:
Interim Payments.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal for will be required, but the supplier will be required to be bound jointly and severally for execution of the contract prior to award.
III.1.4) Other particular conditions to which the performance of the contract is subject:
Yes.
The form of tender will be NEC3 ECC Option B - Priced Contract with Bill of Quantities and applicants will be required to demonstrate experience with this form of contract as part of the PQQ process.

Got a story? Email news@theconstructionindex.co.uk

MPU
MPU

Click here to view latest construction news »