CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Weston College |
Knightstone Road |
Weston-super-Mare |
BS23 2AL |
UK |
The Litmus Partnership Ltd
|
+44 1276673880 |
pqq@litmuspartnership.co.uk |
|
http://www.weston.ac.uk
http://www.litmuspartnership.co.uk/project/weston_college
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes North Somerset Enterprise and Technology College
Bristol Futures Academy
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityWeston College — Tender for Furniture and Equipment. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
North Somerset Enterprise & Technology College.Weston-Super-Mare.Bristol Futures Academy.Bristol.UNITED KINGDOM.
UKK11 |
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 successful tenderer will be required to provide Furniture & Equipment for the new North Somerset Enterprise & Technology College (NSETC) and Bristol Futures Academy, part of Inspirational Futures Trust, sponsored by Weston College Multi Academy Trust.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
39160000 |
|
|
|
|
|
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
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeIn March 2015 Weston College was named as the top Further Education establishment in the country in national awards presented in London.
Weston College has recently been graded as ‘Outstanding’ by Ofsted, which means it is officially one of the highest performing colleges in the country, it shall ensure the new NSETC building and Bristol Futures Academy provide state-of-the-art facilities to help raise education standards in the region. Already 98 % of 19+ fulltime learners think ‘the college is a great place to study and learn’.
Due to the nature of the College Building Programme, the arrangements need to be integrated, enabling the College to continue to undertake its core business of ‘creating brighter futures’ to secure a positive outcome for all students.
The successful tenderer shall be appointed by 1.4.2016 for completion of the project by early July 2016. The exact date for completion may vary slightly, due to the nature of building and IT installation deadlines, however the appointed tenderer is required to guarantee to meet the final dates agreed as part of the overall building project plan.
The contract being tendered is for the provision of Furniture & Equipment to be delivered, built and installed into its final classroom and/or office location. The value of the contract is in the region of 600 000 GBP.
It should be borne in mind that all Furniture & Equipment fitted will be under warranty, covered and maintained by the installing contractor for a period of 10 years. A period of ‘snagging’ should be built into proposals and the college shall agree a ‘sign off’ process with the successful tenderer.
The contract is fixed price and any variations to the contract that are requested by the Client should be invoiced pro-rata at the agreed rate and should be calculated on a unit price per item basis.
At the bid presentation stage of procurement shortlisted bidders shall be required to bring exact samples of all Furniture & Equipment to present to the assessing panel for approval.
Tenderers will be required to ensure that within the proposal they have allowed for adequate transportation and contract supervision for the receipt, build and installation of all items ordered. The cost of the extended 10 year warranty shall similarly be transparent.
Contractor ‘Added Value’ in terms of for example ‘work experience’ or ‘sponsoring awards’ shall be considered as part of the process to select the successful partner to fulfil this contract. |
|
|
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
|
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
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.
Grounds for mandatory and discretionary exclusion — questions are stated in the Pre-Qualification Questionnaire.
|
III.2.2)
|
Economic and financial capacity
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.
Economic and financial standing — Tenderers are required to have a minimum annual turnover of 5 000 000 GBP (five million pounds sterling).
Suppliers must be financially fluid and currently trading.
They must not be recorded at Companies House as having any negative action / event (dissolved, removed, in liquidation, etc) that calls into question their financial / corporate standing. Such action / event will be deemed to be a failure to meet minimum standards of economic and financial standing. Additionally, suppliers must provide suitable evidence in the form of the last full year of accounts (audited and accompanied by auditors' confirmation where they are above the statutory threshold for providing audited accounts, or certified by their bank if they are below the statutory audit threshold). Non provision of such evidence to a satisfactory standard will be deemed to be a failure to meet minimum standards of economic and financial standing.
If a business has been recently set up and not audited, annual or endorsed accounts have been produced, unaudited or management accounts for the 3 (three) months prior to the application must be provided and certified by an independent Chartered Accountant or accompanied by a positive bankers reference for the bidder.
Where information is available to the contracting authority that points to concerns over financial viability, further information may be requested to evidence financial viability and non-availability of, or refusal to provide such evidence, will be deemed to be a failure to meet minimum standards of economic and financial standing.
|
III.2.3)
|
Technical capacity
Tenderers will be required to complete and submit a pre-qualification questionnaire and associated documentation to The Litmus Partnership Limited.
Minimum standards for participation are stated in the Pre-Qualification Questionnaire.
Failure to achieve a pass in any of the minimum standards may result in your exclusion from any further part in this process.
Tenderers are required to self-certify whether they already have, or can commit to obtain, prior to the commencement of the contract, the minimum levels of insurance cover of:
Employers Liability Cover — 5 000 000 GBP (five million pounds sterling)
Public Liability Cover — 5 000 000 GBP (five million pounds sterling)
Professional Indemnity Cover — 1 000 000 GBP (one million pounds sterling)
Product Liability Cover — 1 000 000 GBP (one million pounds sterling)
Other questions as indicated in the Pre-Qualification Questionnaire shall be assessed and scored as per the stated criteria.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
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 participate510 |
|
|
Objective criteria for choosing the limited number of candidates
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
|
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
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 18-11-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 04-12-2015
|
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? No
|
VI.3)
|
Additional Information
Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The pre-qualification questionnaire and associated documents can be obtained at: http://www.litmuspartnership.co.uk/project/weston_college
The closing date for receipt of the Pre-Qualification Questionnaire is 18.11.2015 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk by the above closing date and time.
It will be the Tenderer's responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
|
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 13-10-2015 |