Tender

New Warehouse/Industrial Unit

  • Staffordshire County Council

F02: Contract notice

Notice identifier: 2022/S 000-002045

Procurement identifier (OCID): ocds-h6vhtk-030e96

Published 24 January 2022, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Staffordshire Purchasing, 24 Lichfield Road

Stafford

ST17 4LL

Contact

Benjamin Hadley (Virtus Consult Ltd)

Email

benjamin.hadley@virtus-consult.co.uk

Telephone

+44 7917695232

Fax

+44 1785356278

Country

United Kingdom

NUTS code

UKG39 - Wolverhampton

Internet address(es)

Main address

https://www.staffspf.org.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0005

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.dropbox.com/s/24jorfzt6ueyba8/VernonParkPQQ.zip?dl=0

Additional information can be obtained from another address:

Virtus Consult Ltd

Ludgate Court, 57 Water Street

Birmingham

B3 1EP

Email

andrew.ogilvie@virtus-consult.co.uk

Telephone

+44 1212002855

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.virtus-consult.co.uk

Tenders or requests to participate must be submitted to the following address:

Virtus Consult Midlands Ltd

Ludgate Court, 57 Water Street

Birmingham

B3 1EP

Email

benjamin.hadley@virtus-consult.co.uk

Telephone

+44 1212002855

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.virtus-consult.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

New Warehouse/Industrial Unit

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Construction of a new 122,000sqft warehouse/industrial unit at Vernon Park, Wolverhampton under a JCT Design and Build Contract.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKG39 - Wolverhampton
Main site or place of performance

Wolverhampton

two.2.4) Description of the procurement

Procurement of a Contractor to construct a new warehouse/industrial unit at Vernon Park, Wolverhampton under a JCT Design and Build Contract.

Following successful pre-qualification 4 contractors will be asked to tender for the construction contract.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 June 2022

End date

31 October 2023

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the Pre-Qualification Questionnaire.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Pre-Qualification Questionnaire.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 February 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

17 March 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 1 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please refer to the Pre-Qualification Questionnaire which includes design information and contract amendments proposed for the project.

(MT Ref:225144)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit