Section one: Contracting authority
one.1) Name and addresses
Cherwell District Council
Bodicote House, White Post Road
Banbury
OX15 4AA
Contact
Nigel Curry
Nigel.Curry@cherwell-dc.gov.uk
Telephone
+44 1295221592
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
National registration number
n/a
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/146564
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73942&B=CHERWELL
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73942&B=CHERWELL
Tenders or requests to participate must be submitted to the above-mentioned address
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
Castle Quay Units 36-39 Enabling Works
Reference number
23PROC086
two.1.2) Main CPV code
- 45111000 - Demolition, site preparation and clearance work
two.1.3) Type of contract
Works
two.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.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.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
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
OX16 5UN
two.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.
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: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
42
This contract is subject to renewal
No
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
as detailed in the Procurement Documents
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
as detailed in the Procurement Documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
Date
6 November 2023
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 November 2023
Local time
12:00pm
Place
The Procurement Portal:- https://uk.eu-supply.com/
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
London
Country
United Kingdom