Leicester Regeneration Logo Images of office life
Home About Us Masterplan The Board News Links Contact Us

Changing Our City - prime Office Core


UK-Leicester: building construction work

2004/S 124-104784

CONTRACT NOTICEWorks


SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority:  Leicester Regeneration Company, Att: Stanislav Andryszewski, Charles Street, UK-Leicester LE1 1HA. Tel.: . Fax: . E-mail: . URL: leicesterregeneration.co.uk.
I.2) Address from which further information can be obtained:  As in I.1.
I.3) Address from which documentation may be obtained:  As in I.1.
I.4) Address to which tenders/requests to participate must be sent:  As in I.1.
I.5) Type of contracting authority:  Regional/local level.


SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.1) Type of works contract:  Design and execution.
II.1.2) Type of supplies contract:
II.1.3) Type of service contract
II.1.4) Framework agreement:  No.
II.1.5) Title attributed to the contract by the contracting authority:
II.1.6) Description/object of the contract:  A joint venture agreement between East Midlands Development Agency/Leicester Regeneration Company and an equity partner/developer to redevelop the former Charles Street Police Station for a mixed use development indicatively comprising 9 300 m2 (100 000 sq ft) of office space; 20-30 residential apartments and 465 m2 (5 000 sq ft) of retail/A3 space.
II.1.7) Site or location of works, place of delivery or performance:  Charles Street, UK-Leicester LE1 1GJ.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV):  45210000, 67112000.
II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC):
II.1.9) Division into lots:  No.
II.1.10) Will variants be accepted:  No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:  Not applicable.
II.2.2) Options. Description and time when they may be exercised:  Not applicable.
II.3) Duration of the contract or time limit for completion:  24 months from the award of the contract.


SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:  Will be detailed in draft Heads of Terms when enquiries are sent out.
III.1.2) Main terms of financing and payment and/or reference to the relevant provisions:
III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded:  Joint venture agreement for development, between LRC and Emda and equity partner/developer.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required:  Equity partner/developer to provide: capability statement with examples of comparable partnership developments they have carried out. CVs of personnel who will carry out the work, evidence of funding, evidence of consultants P1 cover, last 3 years accounts, evidence of 3rd party liability cover. The information must be in an A4 spiral bound document of no more than 60 pages.
III.2.1.1) Legal position – means of proof required:  Details of the partnership structure, plc status and any holding company details.
III.2.1.2) Economic and financial capacity – means of proof required:  Last three years financial statements/accounts fully audited and projected half yearly for the current financial years.
III.2.1.3) Technical capacity – means of proof required:  Capacity statement, CVs of personnel, evidence of equity partnership working with the public sector.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
III.3.2) Legal entities required to state the names and professional qualifications of the personnel responsible for execution of the contract:  Yes.


SECTION IV: PROCEDURE
IV.1) Type of procedure:  Accelerated restricted.
IV.1.1) Candidates already selected:  No.
IV.1.2) Justification for the choice of accelerated procedure:  To meet the deadlines for submission of proposals for Central Government office relocations as outlined in the recent Lyons Report.
IV.1.3) Previous publication concerning the same contract
IV.1.3.1) Prior information notice concerning the same contract:
IV.1.3.2) Other previous publications:
IV.1.4) Envisaged number of suppliers which will be invited to tender:  Number: 6.
IV.2) Award criteria:  The most economically advantageous tender in terms of:
Criteria as stated below:
1: Office development on a similar scale;
2: ability to deliver development;
3: quality of staff;
4: adequate funding for development;
5: experienced in partnership working;
6: experience of regeneration;
7: evidence of end-user contacts;
8: design quality;
9: track record in local procurement of labour/materials.
In descending order of priority: No.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting authority:  POC/PS/001.
IV.3.2) Conditions for obtaining contract document and additional documents:
IV.3.3) Time-limit for receipt of tenders or requests to participate:  20 days from dispatch of notice.
IV.3.4) Dispatch of invitations to tender to selected candidates:  Estimated date: 19.7.2004.
IV.3.5) Language or languages in which tenders or requests to participate can be drawn up:  English.
IV.3.6) Minimum time frame during which the tenderer must maintain its tender:  6 months from the deadline stated for receipt of tenders.
IV.3.7) Conditions for opening tenders
IV.3.7.1) Persons authorised to be present at the opening of tenders:  Chief Executive, Technical and Development Directors of Leicester Regeneration Company, representative from Emda.
IV.3.7.2) Date, time and place:  to be opened.
Halford House, Charles Street, UK-Leicester.


SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice:  No.
VI.2) Indication whether this procurement is a recurrent one and the estimated timing for further notices to be published:
VI.3) The contract relates to a project/programme financed by EU funds:  No.
VI.4) Additional information:  I.5) Type of contracting authority: Regional/local level, Body governed by public law.
All EOIs will be appraised, a long list of six will be selected for stage 2, tender documents will be issued to the six appraised and three will be selected for interview. The successful developer will be invited to enter into a development agreement with Emda/LRC for the comprehensive redevelopment of the site.
VI.5) Date of dispatch of this notice:  24.6.2004.