Tender

Refurbishment and Alteration Projects at Campus Locations

  • Warwickshire College

F02: Contract notice

Notice identifier: 2022/S 000-008086

Procurement identifier (OCID): ocds-h6vhtk-032630

Published 25 March 2022, 8:55am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire College

Royal Leamington Spa Centre, Warwick New Road, Leamington Spa

Warwickshire

CV32 5JE

Contact

Nell Lloyd of Virtus Consult Ltd (acting on behalf of Warwickshire College Group)

Email

nell.lloyd@virtus-consult.co.uk

Telephone

+44 3301356100

Country

United Kingdom

NUTS code

UKG13 - Warwickshire

Internet address(es)

Main address

www.wcg.ac.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA32011

one.3) Communication

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

https://www.dropbox.com/s/lp5nd1d3dpb12sb/

Additional information can be obtained from another address:

Virtus Consult Limited

Unit E, Ludgate Court

Birmingham

B3 1EP

Contact

Nell Lloyd

Email

nell.lloyd@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 Limited

Unit E, Ludgate Court, 57 Water Street

Birmingham

B3 1EP

Contact

Nell Lloyd

Email

nell.lloyd@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

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Refurbishment and Alteration Projects at Campus Locations

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Refurbishment and alteration construction works from 100000GBP to 1000000GBP

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Depending on scope and programme the college may elect to combine Lots

two.2) Description

two.2.1) Title

Rugby College - T Level Classroom Project

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Rugby College, Technology Dr, Rugby CV21 1AR

two.2.4) Description of the procurement

Design and build contract for the subdivision of an open plan teaching space to create 4 new classrooms.

two.2.5) Award criteria

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

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

Start date

1 June 2022

End date

31 August 2022

This contract is subject to renewal

No

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

Maximum number: 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

two.2) Description

two.2.1) Title

Sundry College Refurbishment and Alteration and Refurbishment Projects

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKG12 - Worcestershire
  • UKG13 - Warwickshire
Main site or place of performance

Royal Leamington Spa College

Rugby College

Moreton Morrell College

Pershore College

Warwick Trident College

Evesham College

Malvern Hills Centre for Digital & Cyber Technology

two.2.4) Description of the procurement

Various alteration and refurbishment projects with contract values between 100000GBP and 1000000GBP.

two.2.5) Award criteria

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

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

Start date

1 July 2022

End date

31 August 2024

This contract is subject to renewal

No

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

Maximum number: 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

two.2) Description

two.2.1) Title

Modifications to Site Access at Evesham College

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKG12 - Worcestershire
Main site or place of performance

Evesham College, Davies Rd, Evesham WR11 1LP

two.2.4) Description of the procurement

Modifications to Site Access and External Areas at Evesham College

two.2.5) Award criteria

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

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

Duration in months

3

This contract is subject to renewal

No

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

Maximum number: 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

Refer to Selection 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

Refer to Selection 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

25 April 2022

Local time

12:00pm

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

3 May 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

(MT Ref:225740)

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