Contract notice

Information

Published

Expire date: 06/11/2023

External Reference: 2023-559863

FTS Reference: 2023-030162

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Cherwell District Council
n/a
Bodicote House, White Post Road
Banbury
OX15 4AA
UK
Contact person: Nigel Curry
Telephone: +44 1295221592
NUTS code:  UKJ14 -  Oxfordshire
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73942&B=CHERWELL
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Castle Quay Units 36-39 Enabling Works
Reference number:  23PROC086
II.1.2)

Main CPV code

45111000  -  Demolition, site preparation and clearance work
II.1.3)

Type of contract

Works
II.1.4)

Short description

Units 36-39 are located within Castle Quay Shopping Centre and relate to former BHS first floor and former GAP store ground and first floor. All areas are currently vacant and fit out as left by previous Tenant's and form part of the wider shopping centre premises. This project comprises the strip out of the first floor of the former BHS unit, both ground and first floors of the former GAP unit, and the associated roof areas of Castle Quay shopping centre in Banbury. Landlord’s Common Parts will be retained / reconfigured as necessary to ensure that on completion of the works they are strategically best placed for the refurbishment and fit-out works, and the contractor will complete various surveys during the strip out to further inform the Council as they complete their designs for the future fit-out works package These works are an enabling works package which is to be completed ahead of a fit-out of the units.
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45110000  -  Building demolition and wrecking work and earthmoving work
45111200  -  Site preparation and clearance work
45111213  -  Site-clearance work
45111291  -  Site-development work
45111300  -  Dismantling works
45113000  -  Siteworks
II.2.3)

Place of performance

NUTS code:  UKJ14 -  Oxfordshire
Main site or place of performance:  
OX16 5UN
II.2.4)

Description of the procurement

Units 36-39 are located within Castle Quay Shopping Centre and relate to former BHS first floor and former GAP store ground and first floor. All areas are currently vacant and fit out as left by previous Tenant's and form part of the wider shopping centre premises. This project comprises the strip out of the first floor of the former BHS unit, both ground and first floors of the former GAP unit, and the associated roof areas of Castle Quay shopping centre in Banbury. Landlord’s Common Parts will be retained / reconfigured as necessary to ensure that on completion of the works they are strategically best placed for the refurbishment and fitout works, and the contractor will complete various surveys during the strip out to further inform the Council as they complete their designs for the future fit-out works package These works are an enabling works package which is to be completed ahead of a fit-out of the units. The works will see both units stripped back to grey shell, with redundant services and plant removed, drainage capped off, fire alarm systems left in-situ and sprinklers left in-situ & adapted, the retention for the proposed future facilities in line with the specification(s) and to ensure the areas remain protected.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in days: 42
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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 registers

List and brief description of conditions:  as detailed in the Procurement Documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

as detailed in the Procurement Documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/11/2023
Local time:  12:00
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 tender

Duration in months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  06/11/2023
Local time:  12:00
Place:  
The Procurement Portal:- https://uk.eu-supply.com/

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
London
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
London
UK

VI.4.4)

Service from which information about the review procedure may be obtained

High Court of England and Wales
London
UK