Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aston Martin Lagonda Limited
01199255
Banbury Road, Gaydon
Warwick
CV35 0DB
UK
Contact person: Laura Hipkiss
Telephone: +44 1926644357
E-mail: laura.hipkiss@astonmartin.com
Fax: +44 1926644003
NUTS: UKG13
Internet address(es)
Main address: http://www.astonmartin.com/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA51145
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
European institution/agency or international organisation
I.5) Main activity
Other: Automotive
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
AML Phase 2 MOD St Athan Site Conversion - April 2017
Reference number: AMLPhase2 - 18112016
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Site conversion of 3 Super Hangars at MOD St Athan. The Project involves modifications to an existing building to create the Manufacturing Facility Infrastructure required for production and will be fully constructed and fitted by the successful contractor ready for subsequent plant & equipment fit out.
II.1.5) Estimated total value
Value excluding VAT:
10 900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Superhangar, MOD St Athan, Mid Glamorgan, CF62 4NA
II.2.4) Description of the procurement
The scope of work for Phase 2 includes extensive demolition and services revisions in the Support Buildings, civil works (creation of pits), various building works, mods to sprinkler system, HVAC / Compressor Plant recommissioning, fire alarm adaption, various services revisions, provision of Dock Levellers, Mezzanine Floors, amenities will be included in the ITT, which equates to an overall contract value of up to GBP 10.9 million The Project involves modifications to an existing building to create the Manufacturing Facility Infrastructure required for production and will be fully constructed and fitted by the successful contractor ready for subsequent plant & equipment fit out.The main contract terms will be based upon a JCT 2011 Design & Build form and the contract award is anticipated February 2017 and work commencement in April 2017.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
3 Pricing options are included in the ITT, all 3 must be completed and returned with Tender submission.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Pricing options may take the estimated total contract above this and may exceed this value to a maximum of GBP 16 Million
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not applicable
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
All performance conditions are included with the JCT Design and Build 2011 Contract incorporating Amendment 1 CDM Regulations
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/01/2017
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
09/01/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Please note: this procurement process is not a regulated procurement under the Public Contracts Regulations 2015 ('the Regulations') nor is Aston Martin Lagonda Limited (AML) a 'contracting authority' as defined in the Regulations.
AML’s investment at St Athan is being supported in part by public funds in the form of grant funding from the Welsh Government. To maximise transparency and secure value for money, the Welsh Government has required AML to follow a procurement process which follows the principles of the Restricted Procedure (as described in the Regulations) in order to select a contractor to undertake the works.
If you would like to take part and wish to receive a Contract pack please complete the NDA form provided within this notice and submit an electronic copy to graham.palmer@astonmartin.com with a valid email address for the information to be provided to. Once the signed NDA is received by AML, you will be sent an email link to download the Contract Pack Documentation using WeTransfer. This pack will contain the PQQ, ITT and all other relevant documents to facilitate the subsequent tendering process.
Estimated Contract Value - Pricing options may take the estimated total contract above this and may exceed this value to a maximum of GBP 16 Million.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=57888.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/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.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Welsh Government are committed to using procurement as driver to aid social, economic and environmental development as detailed in the Welsh Procurement Policy Statement. Appendix 13 invites tenderers to submit a document to outline the community Benefits they can offer the Welsh Government as part of any work gained through this framework.
These commitments would not be scored and this document will not form part of the evaluation process. However, commitments given here will form part of any contract offered and will be measured during the life of the contracts through KPIs agreed with the contractor and using the Welsh Government Community Benefits Measurement Tool
(WA Ref:57888)
VI.4) Procedures for review
VI.4.1) Review body
Aston Martin Lagonda Limited
Banbury Road, Gaydon
Warwick
CV35 0DB
UK
Telephone: +44 1926644357
E-mail: laura.hipkiss@astonmartin.com
Fax: +44 1926644003
Internet address(es)
URL: http://www.astonmartin.com/
VI.5) Date of dispatch of this notice
23/11/2016