CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Caernarfon Harbour Trust |
Harbour Office, Slate Quay |
Caernarfon |
LL55 2PB |
UK |
Susan Carter |
+44 1216343326 |
sc@dca-consultants.com |
|
http://www.caernarfonharbour.co.uk/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
Trust created under Act of Parliament |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAppointment of Partner for the Development and Operation of the Island Site, Caernarfon. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Caernarfon.
UKL12 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Caernarfon Harbour Trust wishes to negotiate the potential appointment of a partner in the development of a new future for the collection of heritage buildings known as the Island Site on Caernarfon Waterfront. The partner will be expected to work with the Trust to plan, manage and ensure the successful delivery of approximately 5 000 000 GBP of capital works to renovate the buildings and subsequently to operate them on the Trust's behalf as a series of lettable units for the sale and manufacture of distinctive local products and services.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
79993000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe scope will be subject to the negotiation, but is likely to include all support required to deliver the capital project identified and follow on into a contractual arrangement for operation of the site for a term to be identified but potentially between 5 and 15 years. |
|
|
II.2.2)
|
OptionsOptions are identified in the information pack available to enquirers. |
|
Provisional timetable for recourse to these options36 |
|
Number of possible renewals13 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 01-11-2015 31-10-2030 |
Section III: Legal, Economic, Financial and Technical Information
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
As set out in the information available for enquirers.
|
III.2.2)
|
Economic and financial capacity
As set out in the information available for enquirers.
|
III.2.3)
|
Technical capacity
As set out in the information available for enquirers.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate13 |
|
Objective criteria for choosing the limited number of candidates
As set out in the information available for enquirers. Note that the contracting authority expressly reserves the right to award the contract without negotiation at the end of the initial tender stage in such circumstances as might make it economically advantageous to do so.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 09-10-2015
13:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 28-10-2015
13:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? Yes
The capital project for the restoration of the buildings may be funded by grants under the ERDF 2015-2018 programme for West Wales and the Valleys.
|
VI.3)
|
Additional Information
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 23-09-2015 |