Section one: Contracting authority
one.1) Name and addresses
Sussex Housing and Care
Ronald Simson House, 24 Sutton Avenue, Seaford, East Sussex
Seaford
BN25 4LG
jackie.strube@sussexhousing.org.uk
Telephone
+44 1323875240
Country
United Kingdom
NUTS code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.sussexhousing.org.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0703
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
Additional information can be obtained from another address:
Lawson Queay Chartered Surveyors
River House, Bellfarm Lane, Uckfield, East Sussex
Uckfield
TN22 1AY
Contact
David Skipper
Telephone
+44 1323761644
Country
United Kingdom
NUTS code
UKJ27 - West Sussex (South West)
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Extension and Alterations at Oakwood Court, Haywards Heath, West Sussex
Reference number
193911
two.1.2) Main CPV code
- 45262800 - Building extension work
two.1.3) Type of contract
Works
two.1.4) Short description
Design and Construction of Proposed Alterations and Extension to an existing Care Facility including improvements to Car Parking and Landscaping
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45262800 - Building extension work
two.2.3) Place of performance
NUTS codes
- UKJ27 - West Sussex (South West)
two.2.4) Description of the procurement
Design and Construction of Proposed Alterations and Extension to an existing Care Facility including improvements to Car Parking and Landscaping
two.2.5) Award criteria
Quality criterion - Name: QA1 Experience / Weighting: 10
Quality criterion - Name: QA2 Programme / Weighting: 10
Quality criterion - Name: QA3 Technical Proposal / Weighting: 10
Quality criterion - Name: QA4 Project Management / Weighting: 10
Quality criterion - Name: QA5 Added Value / Weighting: 10
Quality criterion - Name: QA6 Health and Safety / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
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
Objective criteria for choosing the limited number of candidates:
Answers to questions QA1 to QA6 and price
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2) 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
All as stated in the Procurement Documents.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
16 July 2021
Local time
5:00pm
Changed to:
Date
23 July 2021
Local time
5:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 August 2021
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: 6 (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
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223117.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:223117)
Download the ESPD document here: https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=223117
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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