CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Newcastle City Council |
City of Newcastle upon Tyne, 4th Floor, Civic Centre, Barras Bridge |
Newcastle upon Tyne |
NE1 8QH |
UK |
Andrew Richardson |
+44 1912116936 |
corporate.procurement.team@newcastle.gov.uk |
+44 1912114832 |
http://www.newcastle.gov.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityThe Core and Lumen, Newcastle Helix — Procurement of Management Services |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract14 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Newcastle upon Tyne.
UKC22 |
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)
The Council requires management services for 2 of its commercial properties at Newcastle Helix: The Core and The Lumen.
|
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 scopeHelix Newcastle is a 22-acre landmark development for science, business, living and leisure, attracting science and knowledge economy businesses to the region. The Council requires management services for 2 of its commercial properties at Newcastle Helix: The Core and The Lumen. The Council requires a Contractor to provide all property and facilities management services for both buildings.
The Contract will run until March 2022.
Procurement is offered in a single lot. A single contract for the service will be issued. |
|
3 000 000,004 500 000,00 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion36 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Contracting Authority reserves the right to require deposits, guarantees, bonds, insurance, or any other form of appropriate security. Details to be provided in the invitation to tender.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Details to be provided in the invitation to tender.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate a lead organisation to deal with Newcastle City Council on all matters relating to the Agreement. All consortium or grouping members will however be required to be jointly and severally liable in respect of the obligations and liabilities relating to the Agreement.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
All applicants are required to complete and return a detailed selection questionnaire prepared by the Contracting Authority and provide such supporting evidence as may be requested by the deadline stated in IV.3.4.
|
III.2.2)
|
Economic and financial capacity
As set out in the selection questionnaire.
As set out in the selection questionnaire.
|
III.2.3)
|
Technical capacity
As set out in the selection questionnaire.
As set out in the selection questionnaire.
|
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? No |
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 participate |
|
Objective criteria for choosing the limited number of candidates
|
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
C-011284
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2012/S 195-320987 10-10-2012
Other previous publications2013/S 122-209742 26-06-2013 |
IV.3.3)
|
Conditions for obtaining specifications and additional documents 18-01-2019
12:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 18-01-2019
12:00 |
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
|
|
In accordance with NCC tender opening procedures.
|
|
Via electronic e-tendering portal system.
|
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
Project Reference: European Regional Development Fund (ERDF) NE005577.
|
VI.3)
|
Additional Information
Please go to our web site located at www.nepoportal.org to register and download the documents.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 10-12-2018 |